Navigate the lattice: hubs for browsing, trends for pricing signals.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR Part 13 as supplemented with 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. This combined synopsis/solicitation SHALL be posted on SAM.gov (https://www.sam.gov/).
The RFQ number is N0060426Q4005. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Publication Notice 11/10/2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811210 and the Small Business Standard is $22.0 Million. This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside decision.
The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for
competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the
Government. A determination by the Government not to compete with this proposed contract based upon
responses to this notice is solely within the discretion of the Government. Information received will normally be
considered solely for the purpose of determining whether to conduct a competitive procurement.
The NAVSUP Fleet Logistics Center (FLC) Pearl Harbor intends to award a Firm-Fixed Price (FFP), Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) service contract for the following:
CLIN 0001: Base Period - Stryker ProCare Prevent Service Plan – EMS Power Cots (model number 6506) (Ordering Period 01 MAR 2026 – 28 FEB 2027) Minimum quantity is 1 unit. Maximum quantity is 10 units. Perform maintenance under warranty according to the PWS.
CLIN 0002: Base Period - Stryker ProCare Prevent Service Plan – EMS Power Load (Model number 6390) (Ordering Period 01 MAR 2026 – 28 FEB 2027) Minimum quantity is 1 unit. Maximum quantity is 10 units. Perform maintenance under warranty according to the PWS.
CLIN 1001: Option Period 1 - Stryker ProCare Prevent Service Plan – EMS Power Cots (model number 6506) (Ordering Period 01 MAR 2027 – 29 FEB 2028) Minimum quantity is 1 unit. Maximum quantity is 10 units. Perform maintenance under warranty according to the PWS.
CLIN 1002: Option Period 1 - Stryker ProCare Prevent Service Plan – EMS Power Load (Model number 6390) (Ordering Period 01 MAR 2027 – 29 FEB 2028) Minimum quantity is 1 unit. Maximum quantity is 10 units. Perform maintenance under warranty according to the PWS.
CLIN 2001: Option Period 2 - Stryker ProCare Prevent Service Plan – EMS Power Cots (model number 6506) (Ordering Period 01 MAR 2028 – 28 FEB 2029) Minimum quantity is 1 unit. Maximum quantity is 10 units. Perform maintenance under warranty according to the PWS.
CLIN 2002: Option Period 2 - Stryker ProCare Prevent Service Plan – EMS Power Load (Model number 6390) (Ordering Period 01 MAR 2028 – 28 FEB 2029) Minimum quantity is 1 unit. Maximum quantity is 10 units. Perform maintenance under warranty according to the PWS.
CLIN 3001: Option Period 3 - Stryker ProCare Prevent Service Plan – EMS Power Cots (model number 6506) (Ordering Period 01 MAR 2029 – 28 FEB 2030) Minimum quantity is 1 unit. Maximum quantity is 10 units. Perform maintenance under warranty according to the PWS.
CLIN 3002: Option Period 3 - Stryker ProCare Prevent Service Plan – EMS Power Load (Model number 6390) (Ordering Period 01 MAR 2029 – 28 FEB 2030) Minimum quantity is 1 unit. Maximum quantity is 10 units. Perform maintenance under warranty according to the PWS.
CLIN 4001: Option Period 4 - Stryker ProCare Prevent Service Plan – EMS Power Cots (model number 6506) (Ordering Period 01 MAR 2030 – 28 FEB 2031) Minimum quantity is 1 unit. Maximum quantity is 10 units. Perform maintenance under warranty according to the PWS.
CLIN 4002: Option Period 4 - Stryker ProCare Prevent Service Plan – EMS Power Load (Model number 6390) (Ordering Period 01 MAR 2030 – 28 FEB 2031) Minimum quantity is 1 unit. Maximum quantity is 10 units. Perform maintenance under warranty according to the PWS.
52.216-19 Order Limitations:
(a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one unit, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.
(b) Maximum order. The Contractor is not obligated to honor-
(1) Any order for a single item in excess of 10 units;
(2) Any order for a combination of items in excess of 20 units; or
(3) A series of orders from the same ordering office within 07 calendar days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section.
(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section.
(d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 07 days after issuance, with written notice stating the Contractor’s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.
(End of clause)
Responsibility and Inspection:
Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
Procedures in FAR 13.106 are applicable to this procurement. The intended outcome of this RFQ is the issuance of a single-award, firm-fixed price, INDEFINITE-DELIVERY INDEFINITE QUANTITY (IDIQ) contract. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, quoter taking no exception to the PWS, and a determination of responsibility.
Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.
Attachments
1 – Sole Source Justification (Redacted)
2 – Performance Work Statement (PWS)
3 – FAR 52.212-3 & ALT 1
4 – FAR 52.204-21
The following FAR and DFARS provision and clauses are applicable to this procurement:
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017)
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023)
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021)
52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)
52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. (Dec 2023)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. (Sep 2023)
52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004) (Oct 2025)
52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. (Nov 2023)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. (DEVIATION 2025-O0003 and 2025-O0004) (Oct 2025)
52.216-18 Ordering. (Aug 2020)
52.216-19 Order Limitations. (Oct 1995)
52.216-22 Indefinite Quantity. (Oct 1995)
52.217-5 Evaluation of Options (July 1990)
52.217-9 Option to Extend the Term of the Contract. (Mar 2000)
52.219-14 Limitations on Subcontracting (OCT 2022)
52.219-28 Postaward Small Business Program Representation (JAN 2025)
52.223-5 Pollution Prevention and Right-to-Know Information. (May 2024)
52.222-3 Convict Labor (JUN 2003)
52.222-35 Equal Opportunity for Veterans (JUN 2020)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-37 Employment Reports on Veterans (JUN 2020)
52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. (May 2014)
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)
52.232-34 Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
52.233-3 Protest After Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep 2011
252.203-7002 Requirement to Inform Employees of Whistleblower Rights. Dec 2022
252.203-7005 Representation Relating to Compensation of Former DoD Officials. Sep 2022
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. (May 2021)
252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. (Jan 2023)
252.204-7024 Notice on the Use of the Supplier Performance Risk System. (Mar 2023)
252.223-7008 Prohibition of Hexavalent Chromium. (Jan 2023)
252.225-7012 Preference for Certain Domestic Commodities. (Apr 2022)
252.225-7055 Representation Regarding Business Operations with the Maduro Regime. (May 2022)
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. (Jan 2023)
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region- Representation. (Jun 2023)
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. (Jun 2023)
252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2024-O0014) (Aug 2024)
252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems Representation. (DEVIATION 2024-O0014) (Aug 2024)
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Dec 2018)
252.232-7006 Wide Area WorkFlow Payment Instructions. (Jan 2023)
252.232-7010 Levies on Contract Payments. (Dec 2006)
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. (Jan 2023)
252.244-7000 Subcontracts for Commercial Products or Commercial Services. (Nov 2023)
252.247-7023 Transportation of Supplies by Sea. (Oct 2024)
52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of provision)
52.252-2 Clauses Incorporated By Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html
(End of clause)
52.252-5 Authorized Deviations in Provisions (Nov 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
52.252-6 Authorized Deviations in Clauses (Nov 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.
(End of clause)
This announcement will close at 1400 HST on 12 FEB 2026. Contact _Paul Carrara_ who can be reached at 808-602-2436 or email paul.j.carrara.civ@us.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency.
When evaluation factors are used include:
Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and a determination of responsibility.
System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ********
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 811210 (last 12 months), benchmarked to sector 81.