Closed Solicitation · DEPT OF DEFENSE

    FABRICATION OF PARTS

    Sol. N0017326RGF01Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)WASHINGTON, DC
    Closed
    STATUS
    Closed
    closed Nov 21, 2025
    POSTED
    Nov 5, 2025
    Publication date
    NAICS CODE
    332710
    Primary industry classification
    PSC CODE
    9999
    Product & service classification

    AI Summary

    The Department of the Navy requires the fabrication of custom designed parts, with specifications and materials detailed in attached documents. Delivery is to Key West, FL, and evaluation will be based on best value, considering technical capability, delivery schedule, past performance, and price reasonableness. Vendors should submit their best technical solutions and pricing in response to this RFQ.

    Contract details

    Solicitation No.
    N0017326RGF01
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    November 5, 2025
    Response Deadline
    November 21, 2025
    NAICS Code
    332710AI guide
    PSC / Class Code
    9999
    Primary Contact
    Graham W.J. Fisher
    State
    DC
    ZIP Code
    20375-5328
    AI Product/Service
    both

    Description

    NRL requires fabrication of custom designed parts.  The specifications for each part are attached, as well as a chart detailing the materials and quantities required.  Please review the attachments for more information.  Please alert the POC if there are any issues accessing the STEP files.

    In response to questions received by vendors NRL provides the following clarifications:

    CLIN structure can be up to the vendor (ie single line item versus per unit breakdown)

    Delivery is to be FOB Destination

    Delivery is to Key West FL, the actual machining can take place anywhere within the United States

    Quality documentation will be required

    Evaluation will be Best Value (see below for more information)

    There is no minimum CMMC level required

    NRL has made a minor revision to the Item Description, please see the document labelled "Quantities REVISED"

    There was a question about tolerance ranges.  The answer:

    +.010 / -.005 on holes, .020 true position on holes

    .030 overall profile tolerance for features other than holes

    For NGCE-RAM-20250514-1, NGCE-RAM-20250513-1, and NGCE-RAM-20250526-1 the "CLear Anodize" requirement is further clarified to mean MIL-A-8625 Type II, Class 1 Clear Anodize representing .0002-.0005 thickness

    FAR SECTION V: FAR 52.212-2 - EVALUATION - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) applies to this acquisition.

    (a)  The Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government. Factors others than price shall be considered, and a Price/Technical Tradeoff analysis of both price and non-price factors will be conducted in evaluating each quote submitted. Trade-off considerations may result in the determination that it is in the best interest of the Government to award to other than the lowest priced Vendor or other than the highest technically rated Vendor. The following factors shall be used to evaluate offers:

    1. TECHNICAL CAPABILITY:

    The Government will evaluate quotes based on how well the proposed product(s)s meet the requirement of the Specifications Attachment ("Quantities REVISED.pdf" and STEP files)

    For the purpose of evaluation, Technical Acceptability is defined as meeting all physical, functional, performance, and any other terms and conditions specified in the solicitation and its attachment(s).

    General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal.

    The following table of technical requirements define specific value to the Government. Each requirement will be assessed an adjectival rating of Superior, Acceptable or Unacceptable, based on whether the information submitted both meets and exceeds specifications, meets specifications, or does not meet specifications.

    Superior

    S

    The proposal contains no deficiencies or weaknesses.  Based on information provided, the offeror demonstrates an understanding of the specifications required and MEETS all specifications AND EXCEEDS some specifications.  

    Acceptable

    A

    The proposal contains no deficiencies or weaknesses.  Based on information provided, the offeror demonstrates an understanding of the specifications required and MEETS all specifications.  

    Unacceptable 

    U

    The proposal contains deficiencies, weaknesses, or omissions. Proposal fails to provide a reasonable, logical approach to fulfilling the government's requirements.   Based on information provided, the proposal DOES NOT MEET all specifications.

    2. DELIVERY SCHEDULE

    The Government will evaluate quotes based on the delivery schedule proposed by vendors.  NRL anticipates delivery NLT 10 weeks after receipt of order.  

    The following table of technical requirements define specific value to the Government. Each requirement will be assessed an adjectival rating of Superior, Acceptable or Unacceptable, based on whether the information submitted both meets and exceeds specifications, meets specifications, or does not meet specifications.

    Superior

    S

    The proposal contains no deficiencies or weaknesses.  Based on information provided, the offeror demonstrates an understanding of the specifications required and MEETS all specifications AND EXCEEDS some specifications.  

    Acceptable

    A

    The proposal contains no deficiencies or weaknesses.  Based on information provided, the offeror demonstrates an understanding of the specifications required and MEETS all specifications.  

    Unacceptable 

    U

    The proposal contains deficiencies, weaknesses, or omissions. Proposal fails to provide a reasonable, logical approach to fulfilling the government's requirements.   Based on information provided, the proposal DOES NOT MEET all specifications.

    3. PAST PERFORMANCE:

    • IAW DFARS 252.213-7000, the contracting officer shall consider data available in the statistical reporting module of the Supplier Performance Risk System (SPRS) regarding the supplier’s past performance history for the PSC and/or NAICS of the supplies being purchased.
    • Ratings:
      • Acceptable (Low Risk): SPRS Supplier Risk Score of Blue, Purple, or Green, indicating a higher score in SPRS and are therefore, considered to have a lower risk of poor contract performance
      • Not Acceptable (High Risk): SPRS Supplier Risk Score of Yellow or Red, indicating a lower score in SPRS and are therefore, considered to have a higher risk of poor contract performance
      • Neutral: In the case of a supplier without a record of relevant past performance history in SPRS for the NAICS or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history.

    4. PRICE REASONABLENESS:

    The Government anticipates making a determination of fair and reasonable price based on competitive quotes. If only one response is received, the Government may use other methods as described at 13.106-3(a)(2).

    (b) Award on Initial Responses; Exchanges with Best-Suited Contractor

    The Government anticipates selecting the best-suited contractor from initial responses, without engaging in exchanges with vendors. Vendors are strongly encouraged to submit their best technical solutions and price in response to this RFQ. However, the Government may engage in limited exchanges to clarify certain aspects of quotes. Once the Government determines the contractor that is the best-suited (i.e., the apparent successful contractor), the Government reserves the right to communicate with only that contractor to address any remaining issues and revise quotes, if necessary, and finalize an award with that contractor. These issues may include technical and price. If the parties cannot successfully address any remaining issues, as determined in the sole discretion of the Government, the Government reserves the right to conduct exchanges with the next best-suited contractor and address any remaining issues and revise quotes, if necessary, and finalize an award with that contractor.

    (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract, without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

     (End of provision)

    Key dates

    1. November 5, 2025Posted Date
    2. November 21, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FABRICATION OF PARTS 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.