Closed Solicitation · DEPT OF DEFENSE

    COATED AND UNCOATED WEBBING

    Sol. N68335-26-Q-1033SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)LAKEHURST, NJ
    Closed
    STATUS
    Closed
    closed Feb 12, 2026
    POSTED
    Jan 28, 2026
    Publication date
    NAICS CODE
    313220
    Primary industry classification
    PSC CODE
    8305
    Product & service classification

    AI Summary

    The Naval Air Warfare Center is seeking quotations for coated and uncoated webbing, with specific part numbers and quantities outlined in the solicitation. This opportunity is a total small business set-aside, and the contract will be awarded based on the lowest price from eligible offerors. Delivery is required within 150 days of award to Lakehurst, NJ.

    Contract details

    Solicitation No.
    N68335-26-Q-1033
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    January 28, 2026
    Response Deadline
    February 12, 2026
    NAICS Code
    313220AI guide
    PSC / Class Code
    8305
    Primary Contact
    Danielle Russo
    State
    NJ
    ZIP Code
    08733
    AI Product/Service
    product

    Description

    Solicitation

    N68335-26-Q-1033

    Coated and Uncoated Webbing

    Naval Air Warfare Center Aircraft Division Lakehurst, NJ

    __________________________________________________________________________

    I. Description of Requirement

    The Naval Air Systems Command (NAVAIR), Lakehurst, NJ has a requirement to procure the following:

    Nomenclature

    • Coated Webbing, No Splices, 1-3/4”Wide - P/N: 3491AS2311-300-0 - NSN: N/A - QTY: 300 Rolls
    • Uncoated Webbing, No Splices, 1-3/4” Wide - P/N: N/A - NSN: N/A - QTY:1000 Rolls

    The Government intends to procure the above items through a total small business set-aside.

    Offeror certifies that they will deliver items no later than 150 days after the receipt of the award. Delivery shall be made to the Naval Air Warfare Center, Lakehurst, NJ.

    Offeror submitting quotations shall submit such quotations valid ninety (90) days after the date of quotation submission.

    The resultant contract will be a firm-fixed-price contract.

    Solicitation Instructions: (i) This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Part 13 solicitation number N68335-26-Q-1033. (ii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (iii) See attachment 001 Statement of Work / CLIN Structure for the list of line items, quantities and units of measure.  The associated North American Industrial Classification System (NAICS) code for this procurement is 313220. (iv) The drawings for this requirement are subject to export controls. In order to receive the drawing package for this effort, a vendor must provide a copy of their current DD Form 2345. (v) The specific items for this requirement can be found in the attachment 001 CLIN structure spreadsheet.  (vi) FOB point is destination as well as inspection and acceptance.  Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges.

    (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

    1. The Offerors will be required to provide all part numbers in accordance with the Descriptions and Part Numbers in Attachment 001 of this solicitation.  Each Offeror will either be Eligible or Ineligible for award.  If an Offeror does not provide the entire list of items, the Offeror will be deemed Ineligible for award. 

    2. Award will be made to the lowest price responsible Offeror that is deemed Eligible for award.  Eligibility shall be determined by the following: Offeror provides an exact match of the part numbers listed in attachment 001 CLIN structure spreadsheet of this solicitation.

    The total evaluated price will be the sum of all CLINs for each part number listed in the attachment 001 CLIN structure spreadsheet. The proposed prices will be evaluated to determine if the Offeror’s prices are fair and reasonable.

    The Government intends to evaluate proposals and award the contract without discussions as described in FAR 52.212-1(g); and will evaluate each offer on the basis of the Offeror’s initial offer. Therefore, the initial offer shall contain the Offeror’s best terms.  However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

    FAR 52.203-3: Gratuities

    FAR 52.203-6: Restrictions On Subcontractor Sales To The Government (JUN 2020) -- Alternate I

    FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions

    FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights

    FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper

    FAR 52.204-7: System for Award Management

    FAR 52.204-13: System for Award Management Maintenance

    FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems

    FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

    FAR 52.204-27: Prohibition on a ByteDance Covered Application

    FAR 52.209-7: Information Regarding Responsibility Matters

    FAR 52.223-5: Pollution Prevention and Right-to-Know Information

    FAR 52.225-18:  Place of Manufacture

    FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation

    FAR 52.227-1:  Authorization and Consent

    FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications.

    FAR 52.229-3: Federal, State And Local Taxes

    FAR 52.232-39: Unenforceability of Unauthorized Obligations

    FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors

    52.240-1: Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities

    FAR 52.242-13: Bankruptcy

    FAR 52.252-2: Clauses Incorporated By Reference

    DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials

    DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights

    DFARS 252.203-7003: Agency Office of the Inspector General

    DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials

    DFARS 252.204-7003: Control Of Government Personnel Work Product

    DFARS 252.204-7007: Alternate A, Annual Representations and Certifications

    DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls

    DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

    DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation

    DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation

    DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

    DFARS 252.209-7004: Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism

    DFARS 252.211-7003: Item Unique Identification and Valuation

    DFARS 252.211-7008: Use of Government-Assigned Serial Numbers

    DFARS 252.215-7008: Only One Offer

    DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors

    DFARS 252.217-7026: Identification of Sources of Supply

    DFARS 252.223-7008: Prohibition of Hexavalent Chromium

    DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic

    DFARS 252.225-7002: Qualifying Country Sources As Subcontractors

    DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies

    DFARS 252.225-7008: Restriction on Acquisition of Specialty Metals

    DFARS 252.225-7009: Restriction on Acquisition of Certain Articles Containing Specialty Metals

    DFARS 252.225-7012: Preference For Certain Domestic Commodities

    DFARS 252.225-7013: Duty-Free Entry—Basic

    DFARS 252.225-7048: Export-Controlled Items

    DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns

    DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports

    DFARS 252.232-7006:  Wide Area Workflow Payment Instructions

    DFARS 252.232-7010: Levies on Contract Payments

    DFARS 252.243-7001: Pricing Of Contract Modifications

    DFARS 252.243-7002: Requests for Equitable Adjustment

    DFARS 252.246-7007: Contractor Counterfeit Electronic Part Detection and Avoidance System

    DFARS 252.246-7008: Sources of Electronic Parts

    The textiles of this solicitation are subject to, and shall be in accordance with, the Buy American Act and Berry Amendment. The resulting contract will contain clauses 52.225-1,

    252.225-7012, and 252.225-7015 as appropriate.

    Additional requirements: Quotes are due by 12:00pm EDT, 12 February 2026 to Danielle Russo at danielle.m.russo4.civ@us.navy.mil. Please see attachments for the Parts List. All proposals shall meet all requirements as outlined in the attached Parts List. Proposals shall include price, be “FOB: Destination”, with inspection and acceptance at “destination.”  Please note that the offeror’s SAM.gov entity registration needs to be active at the time of proposal submission through award in order for the offeror to be able to receive an award.  Hard copies of this Solicitation and Amendments will NOT be mailed to the contractors.  The Government will accept only electronic proposals.

    Key dates

    1. January 28, 2026Posted Date
    2. February 12, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    COATED AND UNCOATED WEBBING is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.