Commercial Industrial Services (CIS) Scaffolding - USS JOHN P. MURTHA (LPD-26) and USS PRINCETON (CG-59)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy's Southwest Regional Maintenance Center (SWRMC) is soliciting quotes for Commercial Industrial Services (CIS) Scaffolding for the USS JOHN P. MURTHA (LPD-26) and USS PRINCETON (CG-59) in San Diego, CA. This is a Total Small Business Set-Aside under NAICS 238990. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Quotes are due by 1400 (Pacific) on February 19, 2026.
Scope of Work
The requirement is to provide all labor, services, equipment, and materials for the on-load, assembly, certification, modification, disassembly, and offload of scaffolding and fall protection materials onboard both the USS John P. Murtha (LPD-26) and USS Princeton (CG-59). Work must be performed in accordance with the attached Statements of Work (SOWs).
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ N5523626Q0045)
- Set-Aside: Total Small Business Set-Aside (NAICS 238990)
- Place of Performance: San Diego, CA
- Period of Performance:
- USS John P. Murtha: February 23, 2026 – March 7, 2026
- USS Princeton: February 20, 2026 – March 8, 2026
- Questions Due: 0800 PST, February 18, 2026 (via Request for Specification Clarification Form)
- Quotes Due: 1400 (Pacific), February 19, 2026
Submission Requirements
Offerors must submit a complete quote package via email, including:
- Completed Itemized Pricing Sheet (CLINs 0001–0028).
- Cover letter or email containing required technical documentation:
- Approved Quality Management System (per NAVSEA Standard Item 009-04).
- DBIDS registration/authorization.
- CAGE code and UEI.
- Identification of one lead individual (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.
Evaluation Criteria
Award will be made to the offeror providing the Lowest Price Technically Acceptable (LPTA) quote.
- Factor 1 – Price: Evaluated for reasonableness based on the total combined price of CLINs 0001–0028.
- Factor 2 – Technical Acceptability: Evaluated on an Acceptable/Unacceptable basis, requiring all specified technical documentation. Failure to submit required documentation may render the quote technically unacceptable.
- Factor 3 – Past Performance: Government will use the Supplier Performance Risk System (SPRS). Offerors are encouraged to provide listings of similar work performed within the past three years.
Key Attachments & Contacts
Attached documents include SOWs for both vessels, a Revised Itemized Pricing Sheet, and a Revised Request for Clarification Form. Primary Contact: Samantha Toles (samantha.l.toles.civ@us.navy.mil) Secondary Contact: Dayen Lagunas (dayen.lagunas.civ@us.navy.mil)