Scout

R212460704199

USS Theodore Roosevelt Ship requires a specialized, all-electric nonhydraulic rescue tools designed for cutting and spreading in emergency services.

DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSUP > NAVSUP GLOBAL LOGISTICS SUPPORT > NAVSUP FLC SAN DIEGO > NAVSUP FLT LOG CTR SAN DIEGO

New Rejected
Actions
Open SAM.gov
Notice Type Solicitation
Due 2026-04-25
Posted 2026-04-20
NAICS 339113
PSC 4240
Set-aside Total Small Business Set-Aside (FAR 19.5)
Scout Score 17

Quick analysis

Navy NAVSUP FLC San Diego is seeking an all‑electric, non‑hydraulic rescue tool system (cutting/spreading) for USS Theodore Roosevelt via a Small Business set‑aside, FFP, LPTA buy.

The requirement is a commodity rescue tool with NFPA‑1936 (2010) certification and specific accessories; outside Trace’s stated core capabilities and past performance lanes.

Key specs appear in the SOR; however, the companion Specs & Description PDF is unreadable (garbled), creating material ambiguity on acceptance criteria.

Set‑aside status under NAICS 339113 is not verified for Trace; combined with commodity nature and LPTA, competitive position and strategic value are weak.

Scope summary

  • Provide an all‑electric, non‑hydraulic rescue tool system suitable for indoor/outdoor use.
  • 12V DC power; lightweight and portable; color‑coded components for safe operation.
  • Rescue tools certified by a recognized third‑party to NFPA‑1936 (2010).
  • Interchangeable attachments (spreaders/cutters) with quick‑change ball‑detent pins.
  • Controller unit to open/close attachments and automatically shut off power at maximum output force.
  • Deliverables include: power cable, battery pack, charger, Sawzall kit, jumper cables.
  • Quantity: 1 EA Rescue Tool System, 1 EA Rescue Tool, 1 EA Controller Unit.
  • FFP, LPTA; submit SF‑1449, CLIN pricing, specs/capability statements, and up to 3 pages of qualifications.

Dimension scores

Total - 17/100
Technical Fit - 2/20

The requirement is for certified all‑electric rescue tools (NFPA‑1936) and accessories per the SOR. Trace’s core capabilities (SATCOM, CDS, M-DRIVE, MPE, tactical edge, C5ISR, IT O&M) do not include emergency rescue tool manufacturing/resale or related services (company_profile.txt).

Past Performance - 1/20

No past performance in rescue tools or similar commodity supply to Navy ships is cited in the company profile; listed PP focuses on DISA MPE, SATCOM, JADC2, C2, and IT/O&M programs.

Vehicles / Contract Access - 5/10

This is a stand‑alone small business RFQ (FFP, LPTA) via SAM.gov, not issued under a vehicle. There is no vehicle barrier, though the SB set‑aside limits eligibility. Scored as open access (non‑vehicle).

Competitive Position - 1/15

Competitive SB LPTA commodity buy with NFPA‑1936 certification requirement. Trace lacks a documented differentiator or OEM relationship in this product lane; commodity vendors are likely stronger. No incumbent advantage indicated.

Risk - 4/15

High execution/compliance risk for Trace due to off‑lane commodity, need for NFPA‑1936 certified tools, and SB set‑aside eligibility uncertainty. Specs & Description file is unreadable, adding requirements ambiguity. Short response window increases risk.

Strategic Value - 1/10

One‑off, GPC‑paid commodity purchase with limited dollar value and no linkage to Trace’s strategic lanes (SATCOM/JADC2/CDS/MPE). Minimal strategic upside.

Compliance - 3/10

Total Small Business set‑aside under NAICS 339113; Trace’s SB status is NAICS‑dependent and not verified here (company_profile.txt). Requirement also demands NFPA‑1936 certified tools; no evidence Trace provides such products. Significant compliance uncertainty remains.

Concerns

  • Small Business eligibility under NAICS 339113 not verified for Trace.
  • Specs & Description PDF is unreadable; acceptance/testing criteria may be missing.
  • Off‑core commodity requiring NFPA‑1936 certified tools; sourcing risk without existing OEM relationship.
  • LPTA price pressure with GPC payment; limited margin potential.
  • Short response window from posting to due date.
  • Potential confusion from an unrelated attachment referencing a different requirement (VLM repair).

Teaming opportunities

  • Lack of identified OEM/authorized reseller for NFPA‑1936 certified all‑electric rescue tools.
  • If Trace is not SB under NAICS 339113, a small business prime would be required just to participate.
  • Local delivery/coordination to a Navy ship in San Diego; need a supplier with stock/rapid lead times.

Competitive position

  • Limited: If partnered with a certified OEM small business, could offer compliant tools with rapid delivery and clean LPTA pricing. No inherent Trace differentiators identified.

Bid/No bid factors

  • Total Small Business set‑aside with unverified eligibility for Trace.
  • Requirement outside Trace’s documented core capabilities and past performance.
  • NFPA‑1936 certification is mandatory; no evidence Trace products meet it.
  • Unrelated large attachment (VLM repair) suggests package inconsistency; risk of missing critical instructions.
  • LPTA/GPC one‑off commodity buy with minimal strategic value.

Documents

Download all
1.02 SOR (Generic Specs).pdf Download
Summary

Statement of Requirement for the USS Theodore Roosevelt (CVN-71) requesting an all-electric, nonhydraulic rescue tool system (cutting and spreading) including one rescue tool system, one rescue tool, and one controller unit. Technical requirements emphasize 12 V DC power, no hydraulic/gasoline fluids, portability, indoor/outdoor use, NFPA-1936 (2010) third-party certification, interchangeable attachments, and a controller with automatic power-off at maximum output. Accessories listed include power cable, battery pack, battery charger, Sawzall kit, and jumper cables; delivery to USS Theodore Roosevelt in San Diego is specified with a point of contact.

  • Customer/platform: USS Theodore Roosevelt (CVN-71) — delivery to San Diego; POC: LS1 (SW) Robinson, Malcolm
  • Scope/Qty: 1 EA Rescue Tool System, 1 EA Rescue Tool, 1 EA Controller Unit
  • Technical fit: All-electric, nonhydraulic (no hydraulic or gasoline fluids); powered by 12 Volts DC
  • Standards: Rescue tools must be certified by a recognized third-party to NFPA-1936, Standard on Powered Rescue Tool Systems, 2010 Edition
  • Capabilities required: Cutting and spreading capability; interchangeable attachments (spreaders, cutters) with quick-change ball-detent pins
  • Controller requirement: Controls 12 V DC power for opening/closing attachments and must automatically shut off power when maximum tool output force is reached
  • Form factor: Lightweight, portable, suitable for indoor and outdoor use; color-coded components for safety/operation
  • Accessories/deliverables: Power cable, battery pack, battery charger, Sawzall kit, jumper cables
1.02 SPECS & DESCRIPTION.pdf Download
Summary

Filename indicates this PDF should contain the technical specifications and description for the required equipment, but the extracted text is unreadable due to encoding/OCR corruption; no requirements, quantities, delivery, or compliance details could be confirmed from the extraction.

  • Filename implies this is the primary 'Specifications & Description' document for the solicitation (likely contains technical/acceptance criteria).
  • Extracted content returned as encoded/gibberish, preventing confirmation of technical specifics or constraints.
  • No extractable information on quantity, power requirements (e.g., all‑electric), nonhydraulic requirement, certifications, testing, delivery schedule, place of performance, or classification.
  • Processing metadata: extractor='ready', processing_mode='full_document', review_status='reviewed' — the extraction stage completed but output is corrupted.
  • Because this is the specs doc, the unreadability is a material blocker to understanding scope and scoring until a readable copy is obtained.
4.02 RFQ Sections L M.pdf Download
Summary

Solicitation L/M sections state this is a competitive Small Business firm-fixed-price procurement for the USS Theodore Roosevelt requiring specialized all‑electric, non‑hydraulic cutting and spreading rescue tools per the Statement of Requirements and accompanying Description & Specifications. Award will be Lowest Price Technically Acceptable (LPTA); quotes must include SF-1449 (specified blocks), CLIN 0001 firm-fixed pricing, specs/capability statements, and a proof-of-qualifications package (max 3 pages); questions only via SAM.GOV; the contracting officer may request FAR 9.104-1 responsibility information (financials, past performance, QA, facilities, registrations, etc.).

  • Set-aside: Competitive Small Business (document confirms small-business procurement).
  • Contract type: Firm-Fixed-Price (FFP) and procurement method LPTA (FAR Part 13.106).
  • Requirement scope: All-electric, non-hydraulic rescue tools for cutting and spreading as defined by SOR and Description & Specifications sheet (technical specs are in SOR, not included here).
  • Proposal deliverables: SF-1449 (blocks 13,14,15,30); complete CLIN 0001 in Section B with firm-fixed unit and total price; pricing spreadsheet requirement.
  • Qualifications: Proof of qualifications/certifications limited to a maximum of three pages; offerors must submit specifications and capability statements.
  • Technical evaluation: Binary Acceptable/Unacceptable — quote must take no exceptions to solicitation terms to be technically acceptable.
  • Communications constraint: All questions must be submitted via SAM.GOV; Q&A will be posted publicly; questions within one day of closing may not be answered.
  • Responsibility checks: CO may require FAR 9.104-1 information (examples listed: financials, past performance, schedule/transition plan, personnel, QA procedures, equipment/facilities, Section K certifications, registrations/licenses, JV MOA).
  • Submission restriction: Offerors should not submit any additional information with their quote; CO requests for responsibility info do not constitute discussions and do not permit quote revision.
4.04 SAM. GOV RFQ Solicitation - N0024426Q0021.pdf Download

Partially reviewed: Too large

Summary

Partially extracted solicitation/contract (sections 1 and 4 of 6) for repair services of a Vertical Lift Module (VLM) at Fleet Logistics Center San Diego (FLCSD) Site Fallon; includes SOW, firm-fixed pricing line items, period of performance, WAWF routing/DoDAACs, SCA wage determination, and incorporated FAR/DFARS clauses. Review limited to selected sections (reason: file too large). The document content references NAICS 811310 and contract identifier N0024426P0016, which appears to be a different requirement than the USS Theodore Roosevelt rescue-tools opportunity.

  • Document is partially reviewed (selected sections 1_of_6 and 4_of_6); limitation: too_large — not all sections extracted
  • Solicitation/contract identifier shown in extracted sections: N0024426P0016 (multiple pages)
  • Scope: One-time repair service for VLM 1 at FLCSD Site Fallon, NAS Fallon, NV (SOW language)
  • NAICS listed in header/Section A: 811310 (VLM service/parts), not NAICS 339113 stated in opportunity context
  • Period of Performance (POP): 4/17/2026 to 4/16/2027
  • Pricing: Line-item firm-fixed price total USD 9,305.00 for parts and labor (breakdown provided)
  • Work requirements: Contractor must provide all supplies/materials/tools (SMT) and have SMT on-site prior to work; work during normal FLCSD hours (Mon–Fri, 7:30–15:30)
  • WAWF routing/DoDAACs: Pay DoDAAC N50083; Issue/Admin/Inspect/ShipTo/Service approver/acceptor referenced as N00244; WAWF POC: Daniel Rodarte (email/phone included)
  • Service Contract Act: WD #2015-5597 — Nevada counties (Churchill, Douglas, Mineral) and SCA revision info included
  • Contract clauses: multiple FAR and DFARS clauses incorporated (e.g., 52.212-4 Terms & Conditions; 52.222-41 Service Contract Labor Standards; 252.204-7012 NIST SP 800-171 DoD Assessment Requirements listed as deviation)
  • Payment/pricing data: Funded amount equals firm price; references to CIN, ACRN, PR numbers present
  • Administrative details: DD Form 1155 formatted pages and standard receiving/invoicing/WAWF instructions included
Technical details

Entry: sync

Review status: Up to date

Logical upstream opportunity: 45416

Notice lineage:

  • 63476521e1204b1d9ee96c5fc7bb3d34 (posted 2026-04-20) - current
  • 91a2dfaab61a4c7d9e23250de1973b18

Last synced: 2026-04-21T16:12:21.958161+00:00

Last analyzed: 2026-04-21T16:15:14.719710+00:00

Latest package fingerprint: 024ee967c2fcf628b7fc61e6623507c21b127c750062691181d43095dd228e2e

Latest package notice: 63476521e1204b1d9ee96c5fc7bb3d34

Latest package documents: 4

Evidence limitations
  • 4.04 SAM. GOV RFQ Solicitation - N0024426Q0021.pdf: partially reviewed (too large)
Recent package history
  • 2026-04-21T16:12:21.960134+00:00: 63476521e1204b1d9ee96c5fc7bb3d34 with 4 docs

Labels

Human notes

No human notes yet.

Qualification Settings

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

System Settings

Runtime

Custom Search

Search time

These filters apply only to this run. Qualification settings stay unchanged.

Custom Search queries Fetchmesh and stores the results in Scout without mutating the default sync configuration.

Workspace visibility

All custom searches are public for now.

Included notice types

Scope Filters

Use one code or phrase per line, or comma-separate.

Browse Searches