Loading...
N0017326Q0044A
Response Deadline
Apr 11, 2026, 10:00 AM(EDT)Today
Eligibility
Contract Type
Combined Synopsis/Solicitation
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
This is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Federal Acquisition Regulation (FAR) subpart
12.6, "Streamlined Procedures for Evaluation and Solicitation for
Commercial Items," as supplemented with additional information included
in this notice. This announcement constitutes the only solicitation;
quotations are being requested, and a written solicitation document will
not be issued.
This solicitation is a Request for Quotations (RFQ). The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular (FAC) 2025-06 Effective: 03-13-2026.
This is a full and open competitive announcement in accordandance with FAR 19-502-2 (a) on a Firm Fixed Fix Price. (FFP)
The associated North American Industrial Classification System (NAICS)
code for this procurement is
334513.
The associated Federal Supply Code (FSC) / Product Service Code (PSC)
procurement is AC15.
The Naval Research Laboratory (NRL), located in Washington D.C, is
seeking to purchase Hydro Testing, Painting and Refilling Naval Research
Laboratory owned gas cylinders to fix an identified security condition.
All interested companies shall provide quotations for the following:
__X____ See specification attachment
Supplies: BRAND NAME OR EQUAL.
Items must be brand name or equal in accordance with FAR 52.211-6.
Software/Hardware/Services:
This procurement is for new equipment ONLY, unless otherwise specifically
stated. No remanufactured or "gray market" items are acceptable. All
equipment must be covered by the manufacturer's warranty.
• Vendor shall be an Original Equipment Manufacturer (OEM), an OEM
authorized dealer, an authorized distributor, or an authorized reseller for
the proposed equipment/system such that OEM warranty and service are
provided and maintained by the OEM. All software licensing, warranty, and
service associated with the equipment/system shall be in accordance with
the OEM terms and conditions
• Offerors are required to submit documentation from the manufacturer
stating that they are an authorized distributor for the specific items being
procured.
Note: Maintenance Renewals - The performance period for maintenance
renewals, (software licenses, services, etc.), must begin on or after the date
of contract award. The performance period cannot be back dated. If
reinstatement fees are required, they must be listed on separate line items.
Delivery Address:
__X______ US Naval Research Laboratory
4555 Overlook Ave SW
Washington, D.C. 20375
**FOB DESTINATION IS THE PREFERRED METHOD**
Estimated Delivery Time: __________________
For FOB ORGIN, please provide the following information:
FOB Shipping Point: _______________________
Estimated Shipping Charge: _________________
Dimensions of Package(s): ____________________
Shipping Weight: __________________________
SUBMISSION INSTRUCTIONS:
All Quoters shall submit 1 (one) copy of their technical and price quote.
Include your company DUNS Number and Cage Code on your quote.
All quotations shall be sent via e-mail.
GOVERNMENT POINT OF CONTACT
Purchasing Agent Name: Natalie Waugh
Tel: 202 923 1538
Email: natalie.f.waugh.civ@us.navy.mil
Please reference this combined synopsis/solicitation number on your
correspondence and in the "Subject" line of your email.
ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA
EMAIL.
The government intends to award a purchase order as a result of this
combined synopsis/solicitation that will include the terms and conditions
set forth herein. Award may be made without discussions or negotiations,
therefore prospective contractors should have an active registration in the
System for Award Management (SAM) database (www.sam.gov) in
accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part
52.204-7 when submitting a response to this solicitation.
The Government will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most
advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate offers:
Lowest Price Technically Acceptable - Offers will be ranked lowest to
highest according to price. A price analysis will be conducted to determine
whether the lowest price will result from a single award or multiple awards.
Based on the price analysis, the lowest price offer or multiple offers, will be
forwarded to the requiring activity for technical evaluation (offer(s), in
accordance with the specifications, will be deemed either technically
acceptable or technically unacceptable). If the lowest price offer or offers is
found technically acceptable and the pricing determined fair and
reasonable by the Contracting Officer, evaluation will be deemed complete
and award will be made based on the lowest price offer(s). If the lowest
price offer is determined technically unacceptable, another analysis will be
conducted amongst the remaining offers to determine if a single or
multiple awards will provide the lowest price. The lowest price offer(s) will
be sent for technical evaluation. This process is repeated in order of price
until an offer or combination of offers is deemed technically acceptable
and price is determined fair and reasonable.
Table A-1. Technical Acceptable/Unacceptable Ratings:
Rating
Description
Acceptable
Quote meets all the minimum requirements/specifications as stated or
provided in the RFQ specifications.
Unacceptable
Quote does not clearly meet the minimum requirements/specifications as
stated or provided in the RFQ specifications.
Options. When applicable, the Government will evaluate offers for award
purposes by adding the total price for all options to the total price for the
basic requirement. The Government may determine that an offer is
unacceptable if the option prices are significantly unbalanced. Evaluation
of options shall not obligate the Government to exercise the option(s).
Terms and Conditions. To facilitate the award process, all quotes must
include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included
in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included
in the award document with the exception, deletion, or addition of the
following:"
Exceptions. Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than the response date listed above.
Late submissions shall be treated in accordance with the solicitation
provision at FAR 52.212-1(f). E-mailed submissions are accepted and are
the preferred form of submission. Receipt will be verified by the date/time
stamp on fax or e-mail.
THERESA MACPHERSON
DEPT OF DEFENSE
DEPT OF THE NAVY
ONR
ONR NRL
NAVAL RESEARCH LABORATORY
NAVAL RESEARCH LABORATORY
4555 OVERLOOK AVE SW
WASHINGTON, DC, 20375-5328
NAICS
Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
PSC
NATIONAL DEFENSE R&D SVCS; DEPARTMENT OF DEFENSE - MILITARY; R&D FACILITIES & MAJ EQUIP
Set-Aside
No Set aside used