COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6783
Submitted by: Elizabeth A. Domotor
NAICS Code: 334515
FSC/PSC Code: 7A21
Anticipated Date to be published in SAM.gov: 17 June 2025
Anticipated Closing Date: 23 June 2025
Contracts POC Name: Elizabeth A. Domotor
Telephone#: (540) 621-1360
Email Address: elizabeth.a.domotor.civ@us.navy.mil
Code and Description: 7A21 – it and telecom - business application software
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 N0017825Q6783 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.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis for the following products manufactured by Rhode and Schwartz: Part number (see Requirements List). Rhode and Schwartz is located in Columbia, MD. The Offeror shall ensure they can provide the requirements listed for the items listed.
The required Software, hardware and maintenance is currently installed and in use. The introduction of any other manufacturer’s software will cause an excess of 4 years of time required to complete phased purchases. The software, hardware and maintenance is being utilized as the key application developed for the existing hardware. The required software is exclusive to Rohde and Schwartz.
Please include shipping/freight cost to Dahlgren, VA 22448-5114. 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. An authorized reseller letter must be provided for each manufacturer. The offeror shall provide documentation from the original equipment manufacturer (OEM) verifying that they are an authorized reseller/distributor of the service/product(s) offered. Failure to provide this documentation may result in the offer being deemed nonresponsive. 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.
Quote is due 23 June 2025, no later than 12:00 p.m. EST with an anticipated award date by 07 July 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to elizabeth.a.domotor.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6783 in the subject line.
Attachments:
Requirements List
-SF1449: Solicitation for Commercial Items