Opportunity

SAM #N6248626R0100

Procurement of Shipboard Lockers and Ballistic Panels for SUPSHIP Bath, NAVSEA

Buyer

SUP OF SHIPBUILDING CONV AND REPAIR

Posted

April 21, 2026

Respond By

April 24, 2026

Identifier

N6248626R0100

NAICS

332999, 337215

This opportunity involves the procurement of specialized shipboard lockers and ballistic panels for the Supervisor of Shipbuilding, Conversion and Repair (SUPSHIP Bath), under the Department of the Navy (NAVSEA). - Government Buyer: - Supervisor of Shipbuilding, Conversion and Repair (SUPSHIP Bath), NAVSEA, Department of the Navy - Products Requested: - Grenade Locker (Part Number 804-5959215): 2 units - Demolition Outfit Locker (Part Number 804-1321498): 1 unit - Additional related items (from attachments): - Ammo Locker 25mm (Part Number 2090-01-669-3660): 1 unit - Demo Outfit Locker (Part Number 3HD9999-LL-CYD-0972): 1 unit - Offensive Grenade Locker (Part Number 2090-01-669-1808): 2 units - Pyrotechnic Locker (Part Number 2090-01-317-7266): 2 units - Ready Service .50 Caliber Locker 5 Box (Part Number 2090-00-938-6124): 10 units - Ready Service .50 Caliber Locker 6 Box (Part Number 0000-TS-401-6865): 1 unit - Kevlar Front Panel (Part Number 9535-01-569-2364): 10 units - Kevlar Side Panel (Part Number 9535-01-569-2367): 20 units - OEMs and Vendors: - No specific OEMs or manufacturers are named in the solicitation or attachments; only part numbers are provided - Unique or Notable Requirements: - Only items matching the exact part numbers will be accepted as technically acceptable - Delivery required to GENERAL DYNAMICS NASSCO, 8511 KERNS ST., DOCK 5, SAN DIEGO, CA 92154 - The Berry Amendment applies, requiring domestic origin for supplied items - Evaluation will be on a Lowest Price Technically Acceptable (LPTA) basis - Offerors must provide past performance examples for similar requirements - Place of Performance and Delivery: - Delivery to GENERAL DYNAMICS NASSCO, San Diego, CA - Contracting office is SUPSHIP Bath, Bath, ME

Description

1. Introduction

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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

2. Applicable Regulations

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01. This acquisition is conducted under the authority of FAR Part 13, Simplified Acquisition Procedures, and FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items.

3. Description of Requirement

The Supervisor of Shipbuilding Bath, ME has a requirement for the following commercial items:

Grenade Locker, Part Number 804-5959215, 2 Each Demolition Outfit Locker, Part Number 804-1321498, 1 Each

See Attached AEL For more details

4. Delivery Information

Required Delivery Date: On or before June 30, 2026. Meeting this delivery schedule is a critical requirement. Delivery Location:

<ul>
    <li>
    <p><strong>GENERAL DYNAMICS NASSCO: 8511 KERNS ST., DOCK 5, SAN DIEGO, CA 92154</strong></p>
    </li>
    <li>
    <p><strong>F.O.B. Point:</strong>&nbsp;Destination</p>
    </li>
</ul>
</li>

5. Applicable Provisions and Clauses

The following FAR and DFARS provisions and clauses are incorporated and are applicable to this solicitation:

52.212-1, Instructions to Offerors—Commercial Products and Commercial Services. 52.212-2, Evaluation—Commercial Products and Commercial Services.

<ul>
    <li>
    <p><strong>(a)</strong>&nbsp;The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to be Lowest Price Technically Acceptable (LPTA). The evaluation will proceed as follows:</p>

    <ul>
        <li>
        <p><strong>Factor 1: Technical Acceptability.</strong>&nbsp;All offers will be evaluated on a pass/fail basis to determine if they meet the technical requirements. To be rated &quot;Acceptable,&quot; the offer must demonstrate the ability to provide the exact items specified by the part numbers in Section 3 and confirm the ability to meet the required delivery date of June 30, 2026.</p>
        </li>
        <li>
        <p><strong>Factor 2: Past Performance.</strong>&nbsp;Offerors must submit at least two (2) examples of providing similar or like requirements within the last three (3) years. The Government will evaluate this information on a pass/fail basis.</p>
        </li>
    </ul>
    </li>
    <li>
    <p><strong>(b)</strong>&nbsp;A rating of &quot;Unacceptable&quot; in any non-price factor will render the entire offer ineligible for award. Award will be made to the offeror with the lowest evaluated price among those rated &quot;Acceptable&quot; for all non-price factors.</p>
    </li>
</ul>
</li>
<li>
<p><strong>52.212-3, Offeror Representations and Certifications&mdash;Commercial Products and Commercial Services.</strong>&nbsp;A completed copy must be submitted with the offer.</p>
</li>
<li>
<p><strong>52.212-4, Contract Terms and Conditions&mdash;Commercial Products and Commercial Services.</strong></p>
</li>
<li>
<p><strong>52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders&mdash;Commercial Products and Commercial Services.</strong></p>
</li>
<li>
<p><strong>DFARS 252.225-7001, Buy American and Balance of Payments Program.</strong>&nbsp;In accordance with the Berry Amendment, items must be of domestic origin.</p>
</li>

6. Submission of Quotations

Submission Instructions: Quotations must include pricing, confirmation of the delivery schedule, and past performance information. Please submit quotations via email to the point of contact listed in the announcement.

View original listing