COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6767
Submitted by: Lee Ann Mizelle
NAICS Code: 333310
FSC/PSC Code: 6650
Anticipated Date to be published in SAM.gov: 29/MAY/2025
Anticipated Closing Date: 03/JUN/2025
Contracts POC Name: Lee Ann Mizelle
Telephone#: (540) 742-8050
Email Address: lee.a.mizelle.civ@us.navy.mil
Code and Description: Group 66 Instruments and Laboratory Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Synopsis/Solicitation N0017825Q6767 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System.
This requirement is not eligible for small business set-aside.
Material must be TAA compliant.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis to Boston Micromachines Corp for the following manufactured products: Qty (1) Deformable Mirrors (P/N: Q480826), Qty (1) ASSEMBLY, DRIVER, MULTI X-CL, PCIe (P/N: 975838). Boston Micromachines Corp is located in Cambridge, MA.
As the current systems have been designed and built around the BMC infrastructure it would cause an additional cost, risk, and delay switching to a new manufacture. Custom controls were built and have been modified to incorporate a wide range of additional hardware. Since this is a testbed, there are test methods undergoing analysis which have been built into the overall infrastructure. Other manufactures of deformable mirrors, also provide support for building custom controls, however this will require additional cost to develop.
Please include shipping/freight cost to Dahlgren, VA 22448-5110. Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price.
All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.
At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable.
In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.
Please return a signed copy of the SF1449 with your quote.
Quote is due 3 June 2025, no later than 5:00 p.m. EST with an anticipated award date by 2 July 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to lee.a.mizelle.civ@us.navy.mil prior to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6767 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
-Requirements List