Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 25, 2025 SAM #8734
SOLICITATION NOTICE

59 -- Dog Shack Hatch Covers

Notice Date
10/23/2025 5:53:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
SUP OF SHIPBUILDING GROTON GROTON CT 06340-4990 USA
 
ZIP Code
06340-4990
 
Solicitation Number
N6278926Q0001
 
Response Due
10/30/2025 2:00:00 PM
 
Archive Date
11/14/2025
 
Point of Contact
Stephanie Brass, Phone: 8604339738, Stephanie Neale, Phone: 8604333709
 
E-Mail Address
stephanie.m.brass.civ@us.navy.mil, stephanie.l.neale.civ@us.navy.mil
(stephanie.m.brass.civ@us.navy.mil, stephanie.l.neale.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT2: This amendment is to provide reference to the frame for the required covers. 1-Question: Are there picture of the frame? Answer: No. There are not available pictures of the frame. 2- Question: Does the Government provide the frame? Answer: Yes.The Government provides the frame. 3- Question: Is a roof required? Answer: Yes. Per the Reference 2.1 and 2.2 of the Spec a roof IS required. 4- Qestion: Are the tie down hems on the outside or the inside of the structure? Answer: The fabric is folded to the inside with the stitching being on the outside. 5- Question: What is the frame or mating hardware these covers interface with? Answer: The frame is manufactured by the Government and is made from aluminum tubing. 6- Question: Are there any known sharp edges/fasteners or abrasion points we should design around (e.g., corners, bolt heads, coaming features)? Answer: No. There is nothing thaat will interfear with the covers. 7: Question: For planning and material selection, about how long are these covers typically installed at a time�months or years? Answer: Approximately 4 months per year. 8- Question: We understand Sunbrella is specified (excellent UV stability). If long-term abrasion is expected, would you prefer we propose localized reinforcement (e.g., abrasion patches at rub points) as an alternate in addition to the base �as-drawn� configuration? Answer: All fabrication requirements are contained in the solicitation and must be met. Although not required, any proposed alterations or localized reinforcement must not interfere with the required dimensions or other requirements. 9- Question: Please confirm acceptable soft-goods tolerances for fit. Fabrics exhibit expansion/contraction with temperature/humidity, and seams may pucker/stretch post-sewing. Answer: Allowable tolerance is +1/2�, - 0�. 10- Question: Would tolerances on major spans such as �1% (min ��"") and small features ��"" be acceptable, or do you have a different standard/tolerance window and acceptance criteria we should follow? Answer: Allowable tolerance is +1/2�, - 0�. 11- Question: Delivery method � hand delivery vs. carrier: Method of delivery is up to the vendor Answer: Requirements for Base access are contained in the solicitation section 4.1. Hand carry or delivery by vendor is acceptable. Base access for deliveries is supported Monday thru Friday from 0545 to 1315. Questions prior to delivery shall be directed to the Government Technical POC listed in the contract. AMENDMENT1: This amendment is to provide the referenced drawings which were previously not attached. Reference 2.1 Class LET Dog Shack Drawing Reference 2.2 Class LPT Dos Shack Drawing This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation Number N62789-26-Q-0001 is issued as a request for quotation (RFQ) with the intent to issue one firm-fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC-2025-6 dated 25 August 2025. This is a 100% small business set-aside. NAICS Code: 314910, size standard: 500. CLIN 0001: The Contractor shall manufacture five (5) Virginia Class Logistics Escape Trunk (LET)dog shack hatch covers (environmental protection enclosures). See included statement of work for exact requirements. Provide price per unit and total price. $X.XX PER UNIT $X.XX TOTAL CLIN 0002: The Contractor shall manufacture ten (10) Virginia Class Logistics Plug Trunk (LPT) dog shack hatch covers (environmental protection enclosures). See included statement of work for exact requirements. Provide price per unit and total price. $X.XX PER UNIT $X.XX TOTAL CLIN 0003: Contractor shall Deliver/Ship to (FOB Destination). Delivery must be completed between Monday - Friday between 0700 and 1330 EST. $X.XX PER UNIT $X.XX TOTAL Delivery location is as follows: Naval Submarine Base New London Argonaut Road, NSSF R6 (Bldg. 107) Groton, CT 06349-5000 M/F: Jim Crudden Phone: 860-694-2424 Period of Performance: The delivery date will be no later than 24 March 2026. The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate proposals and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Proposals are due prior to 0500 PM EST, 30 October 2025. Late submissions will not be accepted. Offers should be submitted in PDF format via email to stephanie.m.brass.civ@us.navy.mil AND stephanie.l.neale@us.navy.mil. Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt. The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a Federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf. The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total. Award will be made to the responsible offeror, whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the combined non-cost/price factors are more important than the cost/price factor; however, cost/price is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria are unacceptable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a2f74bb2e413441d80aa52ea38a45dc6/view)
 
Place of Performance
Address: CT 06340, USA
Zip Code: 06340
Country: USA
 
Record
SN07627003-F 20251025/251023230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.