Opportunity
SAM #N5523626Q0062
Navy Solicitation for Removal, Manufacture, and Installation of Nylon Trunk Safety Nets on USS CHUNG HOON (DDG-93)
Buyer
Ship Repair and Maintenance Center
Posted
April 10, 2026
Respond By
April 24, 2026
Identifier
N5523626Q0062
NAICS
811420, 336611
This procurement opportunity from the U.S. Navy's Southwest Regional Maintenance Center (SWRMC) seeks a contractor to provide comprehensive services for nylon trunk safety nets on the USS CHUNG HOON (DDG-93): - Government Buyer: - U.S. Navy, Southwest Regional Maintenance Center (SWRMC), under NAVSEA and Navy Region Southwest - Products and Services Requested: - Removal, manufacture, pre-fit, weight test, and installation of nylon trunk safety nets with new safety hooks at multiple access trunk locations on the ship - Nine individual safety nets specified, with hook counts ranging from 18 to 23 per net - All labor, materials, equipment (including cranes), and services required for fabrication, installation, testing, and reporting - Weight testing of nets and submission of test memos for SWRMC Engineering approval - Compliance with Navy and federal safety, environmental, and quality standards (including NAVSEA Standard Item 009-04 Quality Management System) - Contractor must provide all materials; no government-furnished equipment - OEMs and Vendors: - No specific OEMs or commercial manufacturers are named in the solicitation or attachments - Unique or Notable Requirements: - Total Small Business Set-Aside under NAICS 811420 (Re-upholstery and Furniture Repair) - DBIDS registration/authorization required for ship access - Coordination with ship representatives and adherence to strict safety and reporting protocols - Place of Performance: - Work to be performed onboard USS CHUNG HOON (DDG-93), primarily at Naval Base Coronado and in San Diego, California - Contracting office located at 3755 Brinser Street, Suite 1, San Diego, CA 92136-5205
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
Request for Quotation (RFQ) N5523626Q0062 is issued as a Total Small Business Set-Aside under NAICS 811420 – Re-upholstery and Furniture Repair. Large businesses are ineligible for award under this NAICS.
DESCRIPTION: The requirement is to provide labor, services, equipment, and materials for the removal, manufacture, pre-fit, weight test, and installation of nylon trunk safety nets, including new safety hooks onboard USS CHUNG HOON (DDG-93), in accordance with the attached Statements of Work (SOW).
The Period of Performance is 04 May 2026 – 18 May 2026.
CLAUSES INCORPORATED BY REFERENCE 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-7 System for Award Management (NOV 2024) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-15 Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-26 Covered Telecommunications Equipment or Services—(OCT 2020) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.211-5 Material Requirements (AUG 2000) 52.219-6 Notice Of Total Small Business Set-Aside (NOV 2020) 52.219-28 Postaward Small Business Program Representation (JAN 2025) 52.226-7 Drug-Free Workplace (MAY 2024) 52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving (MAY 2024) 52.228-5 Insurance - Work On A Government Installation (JAN 1997) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.233-1 Disputes (MAY 2014) 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (APR 1984) 52.243-1 Changes--Fixed Price (AUG 1987) 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) (APR 1984) 52.249-8 Default (Fixed-Price Supply & Service) (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (DEC 2022) 252.204-7000 Disclosure Of Information (OCT 2016) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.204-7022 Expediting Contract Closeout (MAY 2021) 252.204-7024 Notice on the Use of the Supplier Performance Risk System (MAR 2023) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (JAN 2023) 252.217-7028 Over And Above Work (DEC 1991) 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014) 252.223-7008 Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7001 Buy American and Balance of Payments Program (FEB 2024) 252.225-7002 Qualifying Country Sources As Subcontractors (MAR 2022) 252.225-7013 Duty-Free Entry (AUG 2025) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7001 Pricing Of Contract Modifications (DEC 1991) 252.244-7000 Subcontracts for Commercial Products or Commercial Services (NOV 2023) 252.246-7003 Notification of Potential Safety Issues (JAN 2023) 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010)
52.212-1 Instructions to Offerors – Commercial Products and Commercial Services Offerors must comply with all instructions contained herein.
SHIP CHECK SUMMARY (Please note that the government will not pay for any extra effort expended for the ship inspection): Ship Check Dates/Times: 15 April 2026 at 0900 AM Location: USS CHUNG HOON (DDG-93), Pier 10, NAVAL BASE SAN DIEGO
Ship Check POC: Primary – Vincent Bunggay, vincent.b.bunggay.civ@us.navy.mil, 619-726-1247 Secondary – David Huntington, david.a.huntington3.civ@us.navy.mil, 619-571-4979
Requests for Clarification Offerors may submit written questions during the quote preparation period by emailing the Request for Specification Clarification Form. All questions must be received no later than 20 April 2026, 4:00 PM (Pacific) to allow adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of quotes. Only written questions will receive a response. All questions and quotes shall be directed to: Southwest Regional Maintenance Center (SWRMC) – C410A Procurement Email: Esther Cing, esther.c.cing.civ@us.navy.mil and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil
Submission of Quote To be considered for award, the Offeror shall submit a complete quote package consisting of the following: Completed Itemized Pricing Worksheet (Itemized Pricing 0001–0003) Cover Letter or Email which includes all technical documentation, as specified below in Factor 2-Technical Acceptability.
QUOTES must be received by the destination inbox no later than 24 April 2026 at 1100 AM (Pacific). Late quotes will not be considered.
Please submit your quote via e-mail to Esther Cing, esther.c.cing.civ@us.navy.mil (primary) and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil (secondary).
52.212-2 Evaluation—Commercial Products and Commercial Services The Government intends to award a Firm Fixed Price contract to the offeror whose quote is determined to provide the greatest overall value to the Government, considering price, technical acceptability, and past performance.
Evaluation Factors Factor 1 – Price: Price will be evaluated based on the total combined price, for reasonableness in accordance with FAR 12.203. Award will be made to the offeror providing the Lowest Price Technically Acceptable (LPTA). The Offeror must provide: Completed Itemized Pricing Worksheet with all required fields completed. Total evaluated price shall be the sum of Itemized Pricing 0001–0003.
Factor 2 – Technical Acceptability: Technical Acceptability will be evaluated on an Acceptable/Unacceptable basis. To be rated Acceptable, the Offeror must provide: Cover Letter or Email with the following information: Confirmation of an approved Quality Management System (QMS) per NAVSEA Standard Item 009-04. Confirmation of DBIDS registration/authorization. CAGE code and UEI. Identification of one lead individual who will coordinate all aspects of performance (name, title, phone, email). Written statement confirming ability to meet the required delivery date. Written statement confirming capability and resources to perform the work described in the SOW.
Factor 3 – Past Performance: The Government will evaluate the past performance of each offeror using the Supplier Performance Risk System (SPRS). DFARS provision 252.204-7024 Notice on the Use of the Supplier Performance Risk System in Past Performance Evaluations is hereby incorporated by reference. Offerors are encouraged to provide listing(s) of similar work performed within the past three (3) years, including scope, magnitude, and complexity. Failure to submit required documentation may render the quote technically unacceptable.