COMBINED SYNOPSIS/SOLICITATION #: N0017825Q6777
Submitted by: James Embrey
NAICS Code: 334111
FSC/PSC Code: DA01
Anticipated Date to be published in SAM.gov: 5/28/2025
Anticipated Closing Date: 6/04/2025
Contracts POC Name: James Embrey
Telephone#: 540-498-5241
Email Address: james.d.embrey3.civ@us.navy.mil
Code and Description: NSWCDD – NetAquire HWM
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 N0017825Q6777 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 services offered by NetAcquire Corporation: Part number NA-TSS-02, NetAcquire Annual Technical Product Support Subscription Renewal. NetAcquire Corporation is located in Kirkland, WA. The Offeror shall ensure they can provide the requirements listed in the attached Requirements List.
The required support must be compatible in all aspects (form, fit and function) with existing NetAcquire proprietary devices presently installed. Software has also already been developed for this specifici device. Changing to different hardware would result in a duplication of effort and cost to the programs at over $300,000.00 for six months of labor for research and procurement of additional software and hardware. The required services is exclusive to NetAcquire Corporation.
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 28 May 2025, no later than 12:00 p.m. EST with an anticipated award date by 15 July 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to james.d.embrey3.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6777 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items