COMBINED SYNOPSIS/SOLICITATION #:   N0017826Q6626
 
 
Submitted by: Carla J. McKown
 
NAICS Code: 541519
 
FSC/PSC Code:  DD01
 
 
Anticipated Date to be published in SAM.gov:  20 October 2025
  
 
Anticipated Closing Date: 29 October 2025
 
 
Contracts POC Name: Carla J. McKown
 
Telephone#:  (540)-500-9891
 
Email Address:  carla.j.mckown.civ@us.navy.mil
 
 
Code and Description:  DD01 – IT and Telecom - Service Delivery Support Services: Itsm, Operations Center, Project/pm (labor)
 
 
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 N0017826Q6626 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 procure VTC Support Services.
 
 
All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added after award. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures (FAR Part 13), and the order will be issued on a firm fixed-price basis.
 
 
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 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. 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.
 
 
Proposal is due 29 October 2025, no later than 12:00 p.m. EST with an anticipated award date by NOVEMBER 2025.  Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to carla.j.mckown.civ@us.navy.mil prior to the RFP closing.  Please be sure to include Synopsis/Solicitation Number N0017826Q6626 in the subject line.
 
 
 
 
 
Attachments –
 
 
- SF1449: Solicitation for Commercial Items
 
- Equipment List
 
- Requirements List
 
- SOW Redacted