SOLICITATION NOTICE
D -- Risk Management Framework Support Services
- Notice Date
- 6/18/2025 9:35:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
- ZIP Code
- 96860-4549
- Solicitation Number
- N0060425Q4076
- Response Due
- 6/24/2025 3:00:00 PM
- Archive Date
- 07/09/2025
- Point of Contact
- Liane Pekelo-Passmore 808-473-7942
- E-Mail Address
-
liane.m.pekelo-passmore.civ@us.navy.mil
(liane.m.pekelo-passmore.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- AMENDMENT 1: The question period for this solicitation closed at 12:00 PM HST (Hawaii Standard Time) on 17 June 2025. As a result, responses to questions received before this deadline have been attached to this solicitation. ********************************************* This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov. The RFQ number is N0060425Q4076 This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Publication Notice 20250117. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisilion.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 541513 and the Small Business Standard is 37 (millions of dollars). The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1 (b). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NAVSUP FLCPH Regional Contracting Department requests responses from qualified sources capable of providing Risk Management Framework Support Services for the Arctic Submarine Laboratory in accordance with Attachment 1. Please note: The DON RMF Process Guide, DoD Instruction 8510.01, NAVSEA Business Rules, NAVSEA Standard Operating Procedures (SOPs), business rules of cognizant review offices for each package and the POA&M will be provided upon award. CLIN 0001 Risk Management Framework Support Services Period of performance 365 days from award Place of Performance 53370 Cabrillo Memorial Drive, Bldg. 370 San Diego, CA 92152 Responsibility and Inspection unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. ATTACHMENTS: ATTACHMENT 1: Statement of Work ATTACHMENT 2: Sole Source Justification Redacted ATTACHMENT 3: FAR 52.213-3 CD and FAR 52.204-24 ATTACHMENT 4: Wage Determination 2015-5635 Rev 27 ATTACHMENT 5: Applicable FAR and DFARS Provisions & Clauses QUESTIONS: Questions may be submitted electronically to liane.m.pekelo-passmore.civ@us.navy.mil no later than 12:00 PM HST (Hawaii Standard Time) 17 June 2025. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible. Emails sent to this address shall clearly reference the RFQ N0060425Q4076 in the subject line. Oral queries will not be accepted. Other methods of submitting questions will not be acknowledged or addressed. CLOSE DATE: This announcement will close at 12:00 PM HST on 24 June 2025. A complete quote in response to this Combined Synopsis/Solicitation must include a quote all services with the appropriate taxes and fees applied and a completed Attachment 3: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) and 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (MAR 2025)(DEVIATION 2025-O0004)(only if your Reps and Certs are not current in SAM). A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. EVALUATION: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, responsibility, and a technically acceptable quote. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (End of clause) 52.252-5 Authorized Deviations in Provisions (Nov 2020) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) 52.252-6 Authorized Deviations in Clauses (Nov 2020) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause) System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8edf03fa55f345e187935b87265b747f/view)
- Place of Performance
- Address: San Diego, CA 92152, USA
- Zip Code: 92152
- Country: USA
- Zip Code: 92152
- Record
- SN07482290-F 20250620/250618230332 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |