Closed Solicitation · DEPT OF DEFENSE

    FACE TGT SPUTTER SYSTEM PARTS

    Sol. N0017325Q5259SolicitationSet-aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)WASHINGTON, DC
    Closed
    STATUS
    Closed
    closed Aug 18, 2025
    POSTED
    Aug 11, 2025
    Publication date
    NAICS CODE
    333912
    Primary industry classification
    PSC CODE
    6640
    Product & service classification

    AI Summary

    The Naval Research Laboratory is seeking quotations for FACE TGT sputter system parts under a 100% woman owned small business set-aside. This procurement is a firm-fixed-price contract, evaluated based on the lowest-priced, technically acceptable solution. Interested vendors must provide brand name or equal items, and all submissions must comply with the specified requirements.

    Contract details

    Solicitation No.
    N0017325Q5259
    Notice Type
    Solicitation
    Set-Aside
    SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
    Posted Date
    August 11, 2025
    Response Deadline
    August 18, 2025
    NAICS Code
    333912AI guide
    PSC / Class Code
    6640
    Primary Contact
    RICHARD KEY
    State
    DC
    ZIP Code
    20375-5328
    AI Product/Service
    product

    Description

    Request for Quote (RFQ)

    N00173-25-Q-5259

    This is a 100% woman owned small business set-aside procurement in accordance with FAR 13- 13.003(b) (1) on a Firm-Firm Fixed-Price (FFP) basis.  Award shall be made to the quoter whose quotation offers the lowest-priced, technically acceptable solution (LPTA).

    The associated North American Industrial Classification System (NAICS) code for this procurement is 333912, with a small business size standard of 1000.

    The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6640.

    The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to purchase 

    FACE TGT SPUTTER SYSTEM PARTS

    All interested companies shall provide quotations for the following:

    _X_____ See SF 1449 attachment

    Delivery Address:

    __X______     U.S. Naval Research Laboratory

    4555 Overlook Avenue, S.W.

    Bldg. 49 – Shipping/Receiving

    Code 3400

    Washington, DC 20375

    SuppliesBrand Name or Equal.  Items must be brand name or equal in accordance with FAR 52.211-6.

    Software/Hardware/Services

    This procurement is for new equipment ONLY, unless otherwise specifically stated.  No remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.

    • Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions

    • Offerors are required to submit documentation from the manufacturer stating that they are an authorized distributor for the specific items being procured.

    Note:  Maintenance Renewals - The performance period for maintenance renewals, (software licenses, services, etc.), must begin on or after the date of contract award.  The performance period cannot be back dated.  If reinstatement fees are required, they must be listed on separate line items.

    Lowest Price Technically Acceptable

    Factor 1 – Price.  Quotes will be evaluated to determine if the price is fair, and reasonable in accordance with FAR 12.209 (Commercial Item Determination of Price Reasonableness) and in conjunction with FAR 13.106-3 (Simplified Acquisition Procedures Award and Documentation). Quotations shall include a price for each Contract Line Item Number (CLIN).

    Factor 2 – Technical. The Government will evaluate the quoter’s capabilities to provide supplies/services in accordance with (IAW) the Solicitation.

    Offers will be ranked lowest to highest according to price. A price analysis will be conducted to determine whether the lowest price will result from a single award or multiple awards. Based on the price analysis, the lowest price offer or multiple offers, will be forwarded to the requiring activity for technical evaluation. Offer(s), in accordance with the specifications, will be deemed either technically acceptable or technically unacceptable. If the lowest price offer or offers is found technically acceptable and the pricing determined fair and reasonable by the Contracting Officer, evaluation will be deemed complete and award will be made based on the lowest price offer(s)

    Table A-1. Technical Acceptable/Unacceptable Ratings:

    Rating

    Description

    Acceptable

    Quote meets all the minimum requirements/specifications as stated or provided in the RFQ specifications.

    Unacceptable

    Quote does not clearly meet the minimum requirements/specifications as stated or provided in the RFQ specifications.

    Options. When applicable, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

    SAM Registration.  Award may be made without discussions or negotiations, therefore prospective contractors should have an active registration in the System for Award Management (SAM) database (www.betasam.gov) in accordance with Federal Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a quote.

    The Technical and Price Quotation shall be submitted via email to:

    GOVERNMENT POINT OF CONTACT

    Purchasing Agent Name: Richard Key

    Tel: 202-875-9213

    Email: richard.a.key2.civ@us.navy.mil

    QUESTIONS CONCERNING THE RFQ: All questions concerning this RFQ are due via email to the Purchasing Agent’s email address above No Later Than (NLT) ____ business days after the sending of this Request For Quotation (RFQ) to ensure timely award.  The Government may, in its sole discretion, choose not to respond to questions received after the deadline.

    QUOTATION CONTENTS

    The contractor may provide a quotation as long as it meets the Government’s minimum solicited technical standards of this Request for Quotations and the attached   --------------. 

    Quotations shall comply with or clearly state, at a minimum, the following information:

    (1)  Open Market or GSA Federal Supply Schedule (FSS) pricing.  Quotations should state “open market” or should reference the applicable GSA/FSS number.

    (2)  Expiration date of quoted and submitted prices. 

    (3)  Contractor’s Federal Tax I.D., CAGE code, and DUNS number.

    (4)  Payment Terms will be Net 30 unless stated differently on the quote.

    (5)  If available, please include your company’s published price list.

    (6)  Include estimated shipping and handling if applicable.

    Key dates

    1. August 11, 2025Posted Date
    2. August 18, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FACE TGT SPUTTER SYSTEM 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.