govindex
Log in Sign up
Contract Record
Notice ID: c4f5aaef422940fb8bcc2571d2e8f280
Solicitation Posted 2026-03-04 17:23:44.168+00 Due 2026-03-13 18:00:00+00

N5523626Q0039-VIDEO BORESCOPE SYSTEM

Agency
DEPT OF DEFENSE
Notice ID
c4f5aaef422940fb8bcc2571d2e8f280
Type
Solicitation
Posted
2026-03-04 17:23:44.168+00
Award Amount
--
Description
THIS IS A TOTAL SMALL BUSINESS SET-ASIDE under NAICS 334511. The subject solicitation will be processed under FAR Part 12 and 13 as an oral solicitation. This is an oral solicitation procurement under NAICS 334511. The subject solicitation will be processed under FAR Part 12 and 13 as an oral solicitation (N5523626Q0039) for VIDEO BORESCOPE SYSTEM in support of Southwest Regional Maintenance Center (SWRMC) personnel. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation documents and incorporates provisions and clauses that are those in effect through Federal Acquisition Circular 2025-03 (Effective 03 January 2025) and DFARS Publication Notice 20250117. The Statement of Work (SOW) and Request for Clarification (RFC) are attached. For additional information please contact both Contract Specialist Esther Cing, esther.c.cing.civ@us.navy.mil (primary), and Contracting Officer Dayen Lagunas, dayen.lagunas.civ@us.navy.mil. The required delivery date is 30 September 2026. All quotes shall be quoted as F.O.B. Destination. Clauses Incorporated by Reference: 52.247-34 F.O.B. Destination NOV 1991. A. 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services SEP 2023. Offerors must comply with all instructions contained herein. (1) Offerors may submit written questions during the quote preparation period. All questions must be received no later than 10 March 2026, 11:00 AM (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: Cite the solicitation number in the subject line - N5523626Q0039 Email Addresses: Esther Cing, esther.c.cing.civ@us.navy.mil and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil. 52.212-2 Evaluation—Commercial Products and Commercial Services. 3.0 Evaluation Factors. The evaluation factors that will be used are price, technical acceptability, and past performance. An offeror receiving a rating of Unacceptable in past performance, Unacceptable for technical acceptability, or if their price is considered unreasonable, alone, will be sufficient to result in the offeror not being offered the purchase order, regardless of the ratings received for the remaining evaluation factors. 3.1 Price. The Government will evaluate the proposed price of each quote for reasonableness in accordance with FAR 13.202. Your total evaluated price will be the sum of all items listed within the Statement Of Work. 3.2 Technical Acceptability. The Government will evaluate if the quote meets all of the salient characteristics of the Statement Of Work. Technical Acceptability will be on an acceptable or unacceptable basis. 3.3 Past Performance. In accordance with the DFARS provision 252.204 -7024 - Notice on the Use of the Supplier Performance Risk System (SPRS), the Government will evaluate the vendors SPRS ratings in Past Performance Evaluations. If no past performance rating, then “the Contractor” will be rated as Neutral “(Unknown Past Performance)”. This clause is hereby incorporated by reference. 4.0 Basis of Award. The Government will make a source selection based on the Lowest Price Technically Acceptable (LPTA) method in accordance with FAR 13.203. An offeror must propose a reasonable price and be rated as “Acceptable” in all non-price factors to be eligible for award. 52.212-3 (Dev)(RMBO) Offeror Representations and Certifications—Commercial Products and Commercial Services. (DEVIATION 2025-O0003 & DEVIATION 2025-O0004) [MAR 2025] The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov, the Government will verify prior to award. 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services. 52.212-5 (Dev)(RMBO) Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services. (DEVIATION 2025-O0003 & DEVIATION 2025-O0004) [MAR 2025] Please submit your quote no later than 13 March 2026 at 11:00 AM (pacific) to Esther Cing, esther.c.cing.civ@us.navy.mil and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil via email.

Basic Information

Notice ID
c4f5aaef422940fb8bcc2571d2e8f280
Solicitation #
N5523626Q0039
Type
Solicitation
Base Type
Solicitation
Posted Date
2026-03-04 17:23:44.168+00
Response Due
2026-03-13 18:00:00+00
Archive Date
2026-03-28 00:00:00+00
Archive Type
auto15
Active
Yes

Agency

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
SOUTHWEST REGIONAL MAINT CENTER
CGAC
017
FPDS Code
1700
AAC Code
N55236

Award

Awardee
--
Award Amount
--
Award Number
--
Award Date
--

Classification

NAICS Code
334511
Classification Code
J066
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Set-Aside Code
SBA

Place of Performance

Street
--
City
San Diego
State
CA
ZIP
92136
Country
USA

Organization

Type
OFFICE
City
SAN DIEGO
State
CA
ZIP
92136-5205
Country
USA