Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2026 SAM #8853
SOLICITATION NOTICE

J -- Commercial Industrial Services (CIS) Scaffolding - USS JOHN P. MURTHA (LPD-26) and USS PRINCETON (CG-59)

Notice Date
2/19/2026 9:31:30 AM
 
Notice Type
Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
 
ZIP Code
92136-5205
 
Solicitation Number
N5523626Q0045
 
Response Due
2/19/2026 2:00:00 PM
 
Archive Date
03/06/2026
 
Point of Contact
Samantha Toles, Phone: 6195566047, Dayen Lagunas, Phone: 6197080908
 
E-Mail Address
samantha.l.toles.civ@us.navy.mil, dayen.lagunas.civ@us.navy.mil
(samantha.l.toles.civ@us.navy.mil, dayen.lagunas.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR Part 13 additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Request for Quotation (RFQ) N5523626Q0045 is issued as a Total Small Business Set-Aside under NAICS 238990 - All Other Specialty Trade Contractors. Large businesses are ineligible for award under this NAICS. The requirement is to provide labor, services, equipment, and materials for the on-load, assembly, certification, modification, disassembly, and offload of scaffolding and fall protection materials onboard USS John P. Murtha (LPD-26) and USS Princeton (CG-59) in accordance with the attached Statements of Work (SOW). The Period of Performance is 23 February 2026 � 07 March 2026 for the USS John P. Murtha (LPD-26) and 20 February 2026 � 08 March 2026 for the USS Princeton (CG-59). The USS John P. Murtha (LPD-26) Statement of Work (SOW), USS Princeton (CG-59) Statement of Work (SOW), Revised Itemized Pricing Sheet (both tabs), and Revised Request for Clarification Form are attached. For additional information please contact Samantha Toles, samantha.l.toles.civ@us.navy.mil (primary) and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil (secondary). Questions about this solicitation will be directed to the Contract Specialist only by submission of Request for Specification Clarification Form by 0800 PST 18 February 2026. Evaluation will be conducted on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must submit: Completed Itemized Pricing Sheet (CLINs 0001�0028) A cover letter or email containing the required technical documentation (as described below under Factor 2 � Technical Acceptability) Please submit your quote via e-mail to Samantha Toles, samantha.l.toles.civ@us.navy.mil (primary) and Dayen Lagunas, dayen.lagunas.civ@us.navy.mil (secondary). QUOTES must be received by the destination inbox no later than 19 FEBRUARY 2026 at 1400 (Pacific). Late quotes will not be considered. 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services SEP 2023. Offerors must comply with all instructions contained herein. To be considered for award, the Offeror shall submit a complete quote package consisting of the following: Itemized Pricing Sheet Cover Letter or Email which includes all Technical documentation as specified below in Factor 2 � Technical Acceptability. Evaluation Factors: Factor 1 � Price: Price will be evaluated based on the total combined price, for reasonableness in accordance with FAR 13.106-3. Award will be made to the offeror providing the Lowest Price Technically Acceptable (LPTA). The Offeror must provide: Completed Itemized Pricing Sheet with all required fields completed. Total evaluated price shall be the sum of CLINs 0001�0028. 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 documenting: An approved Quality Management System 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f58ac46cab3448e6b90e227f08df2338/view)
 
Place of Performance
Address: San Diego, CA 92136, USA
Zip Code: 92136
Country: USA
 
Record
SN07720503-F 20260221/260219230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.