COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6745
Submitted by: Ashlee Wesley
NAICS Code: 334310
FSC Code: 7K20
Anticipated Date to be published in SAM.gov: 05/23/2025
Anticipated Closing Date: 6/2/2025
Contracts POC Name: Ashlee Wesley
Telephone: 540-742-8849
Email Address: ashlee.wesley@navy.mil
Code and Description: 7K20 IT and Telecom - Storage Products (hardware and Perpetual License 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 N0017825Q6745 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.
The NAICS code was updated from 238210 to 334310 on 5/30/2025.
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 procure on a Brand Name or Equal basis for Atlona, Inc., Extron Electronics, Leviton Manufacturing Company, Inc., and Middle Atlantic Products, Inc manufactured products. The only option for full compatibility and integration in form, fit, and function to the pre-existing equipment and footprints allotted in this space. Any deviation from the current configuration or equipment would result in additional an additional 8 months for development, testing, certification and implementation. Atlona, Inc. is located in San Jose, CA, Leviton Manufacturing Company is located in Tualatin, OR, Extron Electronics is located in Anaheim, CA and Middle Atlantic Products is located in Fairfield, NJ.
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. 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 as well as published pricing. The contractor shall provide documentation from the Original Equipment Manufacturer (OEM) confirming they are an authorized reseller or distributor of the brand-name item(s) quoted. Offers submitted without such documentation may not be considered for award. 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 02 June 2025, no later than 12:00 p.m. EST with an anticipated award date by 19 June 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to ashlee.wesley@navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017825Q6745 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items