Navigate the lattice: hubs for browsing, trends for pricing signals.
Temporary Production Facilities:
Solicitation Notice: N4215826Q0008
This is a SOLICITATION for commercial items prepared in accordance with the provisions of FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.5, as supplemented by the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N42158260008. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-06 and DFARS Change Notice. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The full text of the clauses may be accessed at the following website: https://www.acquisition.gov/far/
This contract action is being solicited as a Small Business. The NAICS code is 332311, PSC W054, and the size standard is 750.
Request for Response: The contractor shall provide temporary production facilities to support the Montpelier Availability at Norfolk Naval Shipyard. The contractor shall furnish one (1) non‑combustible Temporary Production Facility (TPF) measuring 14 feet by 60 feet. The TPF shall be equipped with one (1) CDX10 lock and configured as a standalone unit. The contractor shall ensure the TPF layout, access points, and structural arrangement conform to the configuration depicted in the provided sketch. All materials, installation methods, and safety features shall comply with applicable federal, state, local, and Navy requirements governing temporary industrial structures.
Delivery Location: Norfolk Naval Shipyard
Responsibility and Inspection:
Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
The solicitation will close on February 05, at 06:00 am, with all questions due by February 4, 2026, at 06:00 AM. The expected performance period is 10 months, including (4) options periods of 3 months each:
Wage determination has been added to ensure all employees are compensated according to federal standards. Please see attached wage deterimanation form
Offerors are required to follow the instructions outlined in the solicitation, which includes compliance with FAR 52.212-1 (Instructions to Offerors—Commercial Items). Proposals will be evaluated as best value for the government, based on three key criteria: technical capability, past performance, and price. The Government intends to award one Firm Fixed Price (FFP) contract resulting from this solicitation to a responsible contractor whose quote conforms to the solicitation and is most advantageous to the Government based on technical capability, past performance, and price.
Evaluation Criteria
Factor 1- Technically Capable - The evaluation team will rate each quote as either "Acceptable" or "Unacceptable". Only quotes rated as "Acceptable" will be considered for awards and evaluated further.
All TPF units must utilize non‑combustible construction, as specified in the accompanying specification package. Enclosure (1) provides the required orientation and layout for the 14‑ft × 60‑ft single‑wide TPF. The orientation shown in Enclosure (1) is mandatory, and no alternative orientations will be accepted by the government
It is essential that the structure be built in full accordance with the specifications and that it is safe for occupancy. Enclosure (18) provides additional guidance regarding safety requirements for all facilities, including temporary facilities, and shall be reviewed carefully by all prospective contractors.
Factor 2- Past Performance: Past performance plays a crucial role in evaluating vendors’ ability to deliver high-quality work while maintaining a strong safety record. Safety Record are a key metric that will be used when evaluating prospective vendors. Vendors who can demonstrate past successes in these areas of safety are more likely to deliver projects on time and to the highest standards of safety and craftsmanship in the future. Below is a reference to past projects, including safety records:
Factor 3- Price- Price shall not be the sole factor in the selection process. However, should prospective vendors be deemed equal across all specified evaluation criteria, price may serve as the determining factor in awarding the contract
Key Post-Award Requirements:
Schedule: The Contractor shall provide two schedules to NNSY within 10 days of contract award:
Removal: Customer Requirements
Proposal Submission:
All responsible vendors may submit proposals. By submitting, vendors certify they are not suspended, debarred, or otherwise ineligible for federal contracts. Awardees must maintain SAM registration throughout contract performance.
Offerors are responsible for ensuring their offers, modifications, revisions, or withdrawals are turned in by the specified deadline. Late submissions are not accepted, and any revision must be submitted on time to be considered. Adhering to the solicitation’s timelines is crucial to avoid disqualification.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 332311 (last 12 months), benchmarked to sector 33.