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 N0017825Q6850 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 to award on a sole source basis for the following products manufactured by WR SYSTEMS LTD of Fairfax, VA;
Drawing
Description
Quantity
8623651-105
AC Input Module
1
8623651-104
Switch Plate Assembly
2
8623651-800
Controller, Program
2
8623651-602
Circuit Card Assembly
1
8623651-511
Power Supply
2
This material is needed for spares that will be used to support testing if a failure occurs, these spares will be used to restore the system so testing can resume. This hardware was identified as the only equipment possessing the form, fit, and/or function to match the current hardware in the testing facilities. Any deviation could render testing results invalid introducing risk to the government in testing activities concerning these units. The required hardware is exclusive to WR SYSTEMS LTD. The requested material represents the minimum requirements of the government.
Please include shipping/freight cost to VIRGINIA BEACH VA 23461-2097
Simplified Acquisition Procedures (SAP) will be utilized for award in accordance with FAR Part 13. The order shall be firm fixed price. Payment Terms Net 30 EFT via WAWF.
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 July 2025, no later than 12:00 p.m. EST. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to Diana.m.moses4.civ@us.navy.mil prior to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017825Q6850 in the subject line.
Attachments –
-SF1449: Solicitation for Commercial Items
-Requirements list
-Drawing 8623651-104
-Drawing 8623651-105
-Drawing 8623651-511
-Drawing 8623651-602
-Drawing 8623651-800