Search Contract Opportunities

REACT Relocatable Modular   2

ID: N6893624Q0259 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 7, 2025, 1:42 p.m. EST

Solicitation Amendment 0005:

1) Extends the quote due date from 07 March 2025 to 21 March 2025

2) Provides the revised items 8 and 9 in L-2 Technical Capability

3) Implements Executive Orders by removing or modifying related clauses and provisions

Posted: Feb. 21, 2025, 6:45 p.m. EST
Posted: Feb. 13, 2025, 4:05 p.m. EST
Posted: Jan. 22, 2025, 5:06 p.m. EST
Posted: Jan. 8, 2025, 5:30 p.m. EST
Posted: Nov. 21, 2024, 7:59 p.m. EST

Provide all management, labor, equipment, and material necessary for design, construction, delivery, and installation of a relocatable modular, prefabricated temporary factor. This project is in support of the Naval Air Warfare Center, Weapon Division (NAWCWD) Infrastructure Business Operations (IBO) Department, located at the Naval Base Ventura County in Point Mugu, CA. A mission of the IBO is to ensure NAWCWD command meets Department of Navy (DON) Radio Frequency, Emissions, Analysis, and Characterizations of Threat (REACT) requirements by providing compliant secure relocatable modular.

1.0 INTRODUCTION AND CONTRACT TYPE

The REACT relocatable modular is a modified commercial item to meet the ICD/ICS 705 Security standards for Sensitive Compartmented Information Facility (SCIF) requirements, including 80dB Radio Frequency (RF) shielding.

The Naval Air Warfare center Weapons Division (NAWCWD), Point Mugu, CA, intends to award a competitive, 100% small business set-aside contract, in accordance with FAR 6.203. The contract will be a Firm Fixed Price commercial purchase order with Options using FAR Part 12 and FAR Subpart 13.5 procedures for purchase of the following CLINs:

CLIN: 0001

CLIN Description: Design and Drawings for REACT Modular

Quantity: 1

CLIN: 0002

CLIN Description: Site Preparation

Quantity: 1

CLIN: 0003

CLIN Description: Fabrication

Quantity: 1

CLIN: 0004

CLIN Description: Transport/Delivery

Quantity: 1

CLIN: 0005

CLIN Description: REACT Modular Installation

Quantity: 1

CLIN: 0006

CLIN Description: Electronic Security Systems Installation

Quantity: 1

CLIN: 0007

CLIN Description: Commissioning and Testing

Quantity: 1

CLIN: 0008

CLIN Description: Inside Plant (ISP) Install (Option)

Quantity: 1

CLIN: 0009

CLIN Description: CDRLs

The Government anticipates the release of the Request for Quote (RFQ) on 21 November 2024, with an award expected on 27 March 2025.

2.0 DELIVERY LOCATION: Naval Base Ventura County, Point Mugu, CA

3.0 SUBMISSION DETAILS

This notice is NOT a request for competitive proposals; however, any firms believing they can fulfill this requirement may submit a written response. The written response to this notice shall reference solicitation number N6893623Q0259

and clearly show the firm's capability, background, experience and assets necessary to perform the required work.

Proposal Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 10 January 2025 5:00 p.m. Pacific Time.

CS: Theresa Lee, theresa.lee@navy.mil

PCO: Helen Xiong, helen.n.xiong.civ@us.navy.mil

Background
The contract is issued by the Naval Air Warfare Center Weapons Division (NAVAIRWARCENWPNDIV) located in Point Mugu, California. The agency's mission includes the development and testing of advanced weapon systems. The goal of this contract is to provide a relocatable modular solution, which includes design, site preparation, fabrication, transportation, installation, and commissioning of the modular system as outlined in the Statement of Work (SOW).

Work Details
The contractor is required to deliver the following supplies/services:

1. **Design and Drawings**
- Quantity: 1 Each
- Description: Provide all management, labor, equipment, and material necessary to complete design and drawings of the modular in accordance with the SOW.
- Unit Price: FFP

2. **Site Preparation**
- Quantity: 1 Each
- Description: Provide a concrete slab and anchoring or equivalent to meet required codes at the installation location designed specifically for the vendor’s relocatable solution.
- Unit Price: FFP

3. **Fabrication**
- Quantity: 1 Each
- Description: Provide all management, labor, equipment, and material necessary for this scope and specific discipline requirements in accordance with the SOW.
- Unit Price: FFP

4. **Transportation and Delivery**
- Quantity: 1 Each
- Description: Provide all management, labor, equipment, and material necessary to deliver to the site in accordance with the SOW.
- Unit Price: FFP

5. **Modular Installation**
- Quantity: 1 Each
- Description: Provide all management, labor, equipment, and material necessary to install the modular in accordance with the SOW.
- Unit Price: FFP

6. **ESS Install**
- Quantity: 1 Each
- Description: Electronic Security Systems (ESS) install support furniture, audio, visual, and conferencing requirements including conduits, electrical receptacles, cable trays, fiber cabling, and ports to desktop.
- Unit Price: FFP

7. **Commissioning and Testing**
- Quantity: 1 Each
- Description: Provide all management, labor, equipment, and material necessary to commission and make fully operational in accordance with the SOW.
- Unit Price: FFP

8. **OPTION ISP Install**
- Quantity: 1 Each (if option is awarded)
- Description: Provide complete Fiber ISP (inside plant).
- Unit Price: FFP

9. **CDRLs (Data)**
- Quantity: NSP (Not Separately Priced)
- Description: The contractor shall provide Contract Data Requirement Lists (CDRLs) as per DD Form 1423.

Period of Performance
The period of performance details are not explicitly provided in the solicitation text.

Place of Performance
The geographic location for delivery is Point Mugu, California.

Overview

Response Deadline
March 21, 2025, 8:00 p.m. EDT (original: Jan. 10, 2025, 8:00 p.m. EST) Past Due
Posted
Nov. 21, 2024, 7:59 p.m. EST (updated: March 7, 2025, 1:42 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Signs of Shaping
56% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 11/21/24 Naval Air Warfare Centers issued Synopsis Solicitation N6893624Q0259 for REACT Relocatable Modular due 3/21/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 332311 (SBA Size Standard 750 Employees) and PSC 5410.
Primary Contact
Name
Theresa Lee   Profile
Phone
(760) 608-6780

Secondary Contact

Name
Helen N. Xiong   Profile
Phone
(760) 793-4459

Additional Contacts in Documents

Title Name Email Phone
CS Theresa Lee Profile theresa.lee@navy.mil None

Documents

Posted documents for Synopsis Solicitation N6893624Q0259

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N6893624Q0259

Award Notifications

Agency published notification of awards for Synopsis Solicitation N6893624Q0259

Contract Awards

Prime contracts awarded through Synopsis Solicitation N6893624Q0259

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N6893624Q0259

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N6893624Q0259

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC WD > NAVAL AIR WARFARE CENTER
FPDS Organization Code
1700-N68936
Source Organization Code
100076489
Last Updated
March 7, 2025
Last Updated By
daniel.cooley1@navy.mil
Archive Date
Nov. 21, 2025