USS CARL VINSON (CVN-70) Commercial Industrial Services (CIS) Safety Nets
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) has issued a Request for Quotation (RFQ) N5523626Q0032 for Commercial Industrial Services (CIS) Safety Nets for the USS CARL VINSON (CVN-70). This is a Total Small Business Set-Aside to provide labor, services, equipment, and materials for the removal, manufacture, pre-fit, weight test, and installation of nylon trunk safety nets, including new safety hooks. Quotes are due by February 17, 2026, at 11:00 AM (Pacific).
Scope of Work
The requirement involves comprehensive services for nylon trunk safety nets onboard the USS CARL VINSON (CVN-70). This includes:
- Fabrication, pre-fit, weight testing, and installation of new nylon trunk safety web nets and new safety hooks.
- Removal and re-installation of existing nylon trunk safety nets during measurement and pre-fit inspection.
- The contractor must provide all necessary management, administrative services, materials, tools, equipment, labor, rigging, crane services, scaffolding, and utilities.
- Work must adhere to the highest professional standards and comply with applicable federal, state, and local laws, including NAVSEA Standard Items, OPNAVINST, OSHA, and NFPA standards.
- Specific deliverables include a Test and Inspection Plan (TIP), Production Schedule, and electronic copies of Weight Test Memos.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ), processed under FAR Parts 12 and 13, implying a Firm Fixed-Price approach.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). Large businesses are ineligible for award.
- NAICS Code: 811420 – Re-upholstery and Furniture Repair.
- Period of Performance: March 2, 2026 – April 8, 2026. This period is firm and cannot be adjusted, as clarified by Amendment 0001.
- Place of Performance: USS CARL VINSON (CVN-70), San Diego, CA.
- Site Visit: February 11, 2026, at 09:00 AM (Pacific) at NBC Juliet, Naval Base Coronado. Contact Vincent Bunggay (vincent.B.Bunggay.civ@us.navy.mil, 619-726-1247) or Woo Han (woo.r.han.civ@us.navy.mil, 619-548-4517) to confirm attendance.
- Questions Due: February 13, 2026, 11:00 AM (Pacific), submitted via the Request for Specification Clarification Form.
- Quotes Due: February 17, 2026, 11:00 AM (Pacific).
Evaluation Factors
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering:
- Technical Acceptability: Ability to meet the required delivery date and minimum Statement of Work requirements.
- Price: Reasonableness in accordance with FAR 13.106-3(a)(1).
- Past Performance: Recency and relevancy of past performance information compared to SOW requirements, source of information, context, trends, and ability to perform successfully. The Supplier Performance Risk System (SPRS) will be utilized.
Submission Instructions
Quotes must be submitted via email to samantha.l.toles.civ@us.navy.mil, valerie.p.manguiob.civ@us.navy.mil, and dayen.lagunas.civ@us.navy.mil. The solicitation number (N5523626Q0032) must be cited in the subject line.