Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:N4215825Q0004
NOTICE This notice serves as a Synopsis/Pre-Solicitation for informational and planning purposes only. It does not constitute a solicitation or commitment by the Government. Purpose The purpose of thi...
NOTICE This notice serves as a Synopsis/Pre-Solicitation for informational and planning purposes only. It does not constitute a solicitation or commitment by the Government. Purpose The purpose of this Pre-Solicitation is to identify responsible sources capable of providing Twenty (20) Port A John Stations. This effort is part of small business set-aside research, and the Government welcomes responses from all small business categories, including 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned Small Businesses. Background Norfolk Naval Shipyard (NNSY), under the Naval Sea Systems Command (NAVSEA), plays a vital role in maintaining the operational readiness of U.S. Navy warships. NNSY’s mission includes: Providing logistics support for assigned ships and service craft. Performing authorized work in ship construction, conversion, overhaul, repair, alteration, dry docking, and outfitting. Conducting manufacturing, research, development, and testing. Providing services and materials to other activities as required. The NNSY Contracts Department (Code 400) supports these objectives by acquiring and administering industry services to supplement NNSY’s organic capabilities. Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for the lease of 12 (twelve) months of twenty (20) Port A John’s stations, including servicing at least every other day for water/soap/towel refilling and cleaning, or more often if vendor recommends based on tank capacity. Contractor shall provide all labor, materials, equipment, tools, transportation and supervision necessary to provide, install, and remove the Port A John stations to support NNSY Personnel. Line Item: 1001 Line Item: 1002 Anticipated Period of Performance: June 23, 2025 – June 22, 2026. Anticipated solicitation number: N4215825Q0004 Requirement: Interested parties should review the Statement of Work (SOW) for detailed requirements.