COMBINED SYNOPSIS/SOLICITATION: N0017825Q6840
Submitted by: Susan Madison
NAICS Code: 336320
FSC/PSC Code: 5963
Anticipated Date to be published in SAM.gov: 07 August 2025
Anticipated Closing Date: 12 August 2025
Contracts POC Name: Susan Madison
Telephone: (540) 613-3296
Email Address: susan.h.madison.civ@us.navy.mil
Code and Description: 5963 – Electrical Modules
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 N0017825Q6840 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. Compliance must be reflected in the quote.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis to Lamar Technologies for the below RFI Protection Modules manufactured by Lamar Technologies. Lamar Technologies is in Marysville, Washington.
Quantity Part Number Description
300 EMI-TN-2 FRI Protection Module
EMI-TN-2 modules are used to resolve electromagnetic interference from handheld radios to shipboard titanium fire pumps. The presence of this fix is required for ship to receive their Electromagnetic Compatibility Certification. The material must be compatible in all aspects (form, fit and function) with existing systems presently installed. This equipment was designed and fabricated to fit the currently installed on shipboard titanium fire pumps.
Please include shipping/freight cost to Dahlgren, VA 22448. 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. Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. The award will be made based on Lowest Price Technically Acceptable.
To be eligible for the 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.
The quote is due 12 August, no later than 12:00 p.m. EST with an anticipated award date by 8 September 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to susan.h.madison.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6840 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
- Deliverables List