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) Effective: 10/01/2025
This is a Total Small Business Set-Aside in accordance with FAR 13.003 (b)
(1) on a Firm-Firm Fixed-Price (FFP) basis. ;
The associated North American Industrial Classification System (NAICS)
code for this procurement is 334413. The associated Federal Supply Code
(FSC) / Product Service Code (PSC) procurement is 7B20. The Naval
Research Laboratory (NRL), located in Washington, DC, is seeking to
purchased Optometanical Signal Processing.
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:
U.S. Naval Research Laboratory
4555 Overlook Avenue, S.W.
Bldg. 49 Shipping/Receiving Code 3400
Washington, DC 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.