The RFQ number for this announcement is N0018925QZ411. The solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04 and the most recent DFARS Publication Notice made effective 11 June 2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.acquisition.gov/far/. The NAICS code is 334220 and the Small Business Size Standard is 1250 (# of employees). The proposed acquisition is being solicited on a sole source basis using simplified acquisition procedures pursuant to FAR Parts 12 and FAR Part 13.5. The government intends to solicit on a sole source basis to 3dB Labs Inc., 9050 Centre point Dr. Suite 340, West Chester OH 45069.
The NAVSUP FLC Norfolk Contracting Dept, Pentagon Directorate is issuing this combined synopsis/ solicitation to procure 3dB Labs Inc Spectrum Analyzer Suites with MONARCH and SCEPTRE software for the Joint Staff Security Office (JSSO) Technical Surveillance Countermeasures (TSCM) team. The resultant purchase order for this procurement will include commercial-off-the-shelf (COTS) supplies and services for which the Government intends to solicit and negotiate with only 3dB Labs Inc. It is intended to award a sole source firm fixed price purchase order.
The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotations received within five days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The closing date and time for receipt of the quoter’s quotation in response to the sole source combined synopsis/solicitation is 14 August 2025 at 12:00 PM EST. The quotation shall be submitted electronically via email to kevin.m.brenna21.civ@us.navy.mil
The government intends to award a single purchase order as a result of this combined synopsis/solicitation with the following CLIN structure.
CLIN 0001: QTY (3), MONARCH-LT-16-10G-ITAR-SM435CX-8TB, Firm Fixed Price
CLIN 0002: QTY (3), MONARCH-ODA3, Firm Fixed Price
CLIN 0003: QTY (4), BB60D-WTPLA100, Firm Fixed Price
CLIN 0004: QTY (1), Option: SCEPTRE-PRO-USG-ITAR-MNT1 Software License: Coverage Period 23 February 2026- 22 February 2027, Firm Fixed Price
CLIN 0005: QTY (1), Option: SCEPTRE-10G-ITAR-MNT1 Software License: Coverage Period 23 February 2026- 22 February 2027, Firm Fixed Price
Shipping/Billing Details
Joint Staff, DOM/JSSO
9300 Joint Staff Pentagon
Room 1E1000
Washington DC 20318-9300
The required delivery dates for each CLIN are as follows:
CLIN 0001: 140 Days After Date of Award
CLIN 0002: 140 Days After Date of Award
CLIN 0003: 140 Days After Date of Award
CLIN 0004: 23 February 2026
CLIN 0005: 23 February 2026
The clause at 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2023) applies to this acquisition along with the following addenda to this clause:
Clauses Incorporated by Reference
52.203-12
Limitation On Payments To Influence Certain Federal Transactions
52.204-7
System for Award Management
52.204-13
System for Award Management Maintenance
52.204-16
Commercial and Government Entity Code Reporting
52.204-18
Commercial and Government Entity Code Maintenance
52.204-22
Alternative Line Item Proposal
52.209-10
Prohibition on Contracting With Inverted Domestic Corporations
52.232-29
Terms for Financing of Purchases of Commercial Products and Commercial Services
52.247-34
252.203-7000
F.O.B. Destination
Requirements Relating to Compensation of Former DOD Officials.
252.203-7002
Requirement to Inform Employees of Whistleblower Rights
252.203-7003
Agency Office of the Inspector General
252.204-7004
Antiterrorism Awareness Training for Contractors
252.204-7012
Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015
Notice of Authorized Disclosure of Information for Litigation Support
252.204-7018
Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.225-7048
Export-Controlled Items
252.225-7056
Prohibition Regarding Business Operations with the Maduro Regime
252.225-7060
Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
252.232-7003
Electronic Submission of Payment Requests and Receiving Reports
252.232-7010
Levies on Contract Payments
252.237-7010
Prohibition on Interrogation of Detainees by Contractor Personnel
252.244-7000
Subcontracts for Commercial Products or Commercial Services
252.247-7023
Transportation of Supplies by Sea
Clauses to be incorporated by Full Text:
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023) – to be completed at time of award
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023). The required delivery for CLINs 0004 and 0005 is electronic and there are no physical items for these CLINs to which an item unique identifier can be affixed.
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION 2025-O0003/ DEVIATION 2025-O0004) (MAR 2025). The following additional FAR clauses cited in 52.212-5 are applicable to the acquisition:
FAR 52.204-10, FAR 52.204-27, FAR 52.209-6, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.222-36, FAR 52.222-50, FAR 52.225-13, FAR 52.226-8, FAR 52.232-33, FAR 52.240-1
52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (DEVIATION 2025-O0003/ DEVIATION 2025-O0004) (MAR 2025)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
52.204-26 Covered Telecommunications Equipment or Services--Representation (OCT 2020)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2022)
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (OCT 2016)
252.204-7016 Covered Defense Telecommunications Equipment or Services --
Representation (Dec 2019)
252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications
Equipment or Services--Representation (MAY 2021)
252.225-7055 Representation Regarding Business Operations With the Maduro Regime (MAY 2022)
252.225-7059 Prohibition on Certain Procurements From The Xinjiang Uyghur Autonomous Region - REPRESENTATION (JUN 2023)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023)
52.217-7 OPTION FOR INCREASED QUANTITY-SEPERATEDLY PRICED LINE ITEM.
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021)
(a) The Government will award a delivery order on a Sole Source basis to 3dB Labs Inc.
(b) Reserved.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)