AI helper
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 using Simplified Acquisition Procedures (SAP). It constitutes the only solicitation, and a written solicitation will not be issued. Paper copies will not be available. The solicitation will be posted to SAM. gov. The buyer is Ronald Martin, with email address ***@***. *. * solicitation documents and incorporates provisions and clauses in effect through FAC **** and DFARS Change Notice **** Norfolk Naval Shipyard requests responses from qualified sources capable of providing the referenced material. All items shall be new; no refurbished or used items will be accepted. This solicitation is brand name only, 100% small business set-aside utilizing lowest price technically acceptable evaluation factors. The requirement includes four CLINs for Flexaust brand ducting in various sizes (4. 0 x 25 ft, 6. 0 x 25 ft, 8. 0 x 25 ft, and 12. 0 x 25 ft), with a quantity of 20 each for all. Flexaust is the OEM manufacturer. Ordering Data: 1. Specifications: Flexaust is the OEM manufacturer of this product, being used to maintain fit, form, and function adapting to the current specific system and services. Shipping Address: Norfolk Naval Shipyard, Building 276, Beatty St. , Shipping and Receiving, Portsmouth, VA **** Delivery Date (RDD): 6 weeks ARO. PSC: 4720. Shipping Term: FOB Destination. Please add any shipping charges into the price of the line item. Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed online at www. ***. *. * Factors and Required Documents: An award will be made based on Lowest Price Technically Acceptable (LPTA). All quotes will be evaluated for both technical acceptability and price reasonableness. Technical Acceptability: Each quote must clearly indicate the capability of the vendor to meet all specifications and requirements in the SOW. 1. Vendors must provide a detailed unpriced capabilities statement for review and acceptance by the technical POC. The technical capability portion of the quote should include, if applicable: a. Lead time for each item b. Complete list of supplies per the SOW ordering data c. Name of the manufacturer and country of origin Price Reasonableness: Each quote must break down pricing. This shall be a separate document from technical capability. 1. Vendors shall provide one of the following upon request from the government to determine price fair and reasonableness: a. An invoice for the same or similar parts sold to customers within the last five years b. Published price list or catalog c. Contract numbers for the same or similar items sold to government agencies Quote Format: 1. Submitted in either Microsoft Word, Excel spreadsheet, or Adobe PDF. 2. Must include prices, point of contact name and phone number, business size, CAGE code, and payment terms. 3. Shipping terms: FOB Destination. 4. Quotes shall be valid for a minimum of thirty (30) calendar days. 5. Payment preference: WAWF paid by DFAS. If you do not have a Wide Area Workflow (WAWF) account, you are unable to receive payment from Norfolk Naval Shipyard as payment is paid through WAWF. Quote Submission and Questions: Submission: Responses to this solicitation are due by 3:00 PM EST on March 20, 2026. Email quotes to ronald. c. martin@dla. mil. Questions: Vendors may submit questions regarding clarification of solicitation requirements to Ronald Martin by email at ***@***. *. * and Clauses: Numerous FAR and DFARS clauses are incorporated by reference. Key clauses include those related to System for Award Management (SAM), small business programs, inspection/acceptance, payment terms, and dispute resolution.
The required delivery date (RDD) is 6 weeks ARO (After Receipt of Order).
Payment preference is WAWF paid by DFAS. If you do not have a WAWF account, you are unable to receive payment from Norfolk Naval Shipyard as payment is paid through WAWF.
The award will be made based on the lowest price technically acceptable (LPTA) evaluation factors.
Vendors must be registered in the SAM database and provide a detailed unpriced capabilities statement indicating their ability to meet all specifications and requirements.
The solicitation indicates no preliminary visit is required.
The solicitation does not explicitly require sample submission.