Federal Contract Opportunities
Showing 151-200 of 2,703 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
FD2030-25-00840
NSN: 2915-01-075-9723RK NOUN: VALVE, FUEL FLOW DIV. TOP DRAWING: 16VP035-2 EDL REVISION & DATE: 5 / 18 APR 2024 MDC CODE: EPC IM NAME: COSTEPHENS, CHANDA L.
FD2030-25-00634
NSN: 2840-01-191-1808JU NOUN: CASE, DIFFUSER, AIRCR TOP DRAWING: 1316M43G11 EDL REVISION & DATE: 18 / 09 DEC 2024 MDC CODE: ADE IM NAME: HALL, MEGAN B.
FD2030-24-01396
NSN: 1660-01-534-4498BO NOUN: OXYGEN SYSTEM, EJECT TOP DRAWING: 1659879-1 EDL REVISION & DATE: 1 / 5 OCT 2021 MDC CODE: EEA IM NAME: SAPP, STEPHEN M.
FD2030-25-00302
NSN: 2840-00-518-6281NZ NOUN: CASE, COMBUSTION CHA TOP DRAWING: 4043285 EDL REVISION & DATE: 2 / 19 NOV 2024 MDC CODE: WFD IM NAME: ANDERSON, JOSEPH M.
FD2030-25-02053
NSN: 4710-00-395-7077NZ NOUN: TUBE ASSEMBLY, METAL TOP DRAWING: 4040924 EDL REVISION & DATE: 6 / 17 AUG 2023 MDC CODE: WFD IM NAME: HANSON-WHEELER, JERRI L.
FD2030-24-00784
NSN: 2840-01-356-4274NZ NOUN: SHROUD SEGMENT, TURB TOP DRAWING: 4080390-01 EDL REVISION & DATE: 5 / 30 NOV 2022 MDC CODE: W9P IM NAME: HANSON-WHEELER, JERRY L.
Machine Repair
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Miscellaneous Aircraft Accessories
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Maintenance and Repair
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
IT- Business Application Software
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
General Freight and Trucking
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Aircraft Landing Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Electrical and Electronic Components
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Radar Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Testing and Inspection Physical Ppty
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Measuring and Testing Instruments
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Maintenance and Repair Specialized Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Fiber Optics
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Converters, Electrical Non Rotating
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Video Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
IT and Telecom
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Photography, Photocopy & Microfilm Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Welding and Soldering Supplies
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Optical Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Coatings and Engravings
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Heat Treating
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Machining Services for ALRE
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Commercial Hardware
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Sets, Kits, and outfits of handtools
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Hand Tools, Nonedged, Nonpowered
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Metals
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Nonmetallic Fabricated Materials
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Pipe, Tubing, Hose and Fittings
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Printer and Toner
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Gases Compressed and Liquefied
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Office Furniture (Except Wood) Manufacturing
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
Electrical Contractors and Other Wiring Installation
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
Commercial and Institutional Building Construction
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
Containers, Packaging and Packing Supplies
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Apache AH-64 Composite Main Rotor Blade
W58RGZ-25-R-0071 Solicitation for the Maintenance and Overhaul of the Composite Main Rotor Blade on the Apache Helicopter.
6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
SEP 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
SEP 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
DLA Commercial Solutions Opening (CSO) FY2026
A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data 4) Area of Interest 03: Emerging Engineering Services for Technical data 5) Supplemental Information_ Area of Interest 03 Emerging Engineering Services for Technical data.docx 6) Area of Interest 04: Emerging Engineering Services for Technical data 7) Supplemental Information_ Area of Interest 04 Emerging Engineering Services for Technical data.docx
DLA Commercial Solutions Opening (CSO) FY2025
A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data 4) Area of Interest 03: Emerging Engineering Services for Technical data 5) Supplemental Information_ Area of Interest 03 Emerging Engineering Services for Technical data.docx 6) Area of Interest 04: Emerging Engineering Services for Technical data 7) Supplemental Information_ Area of Interest 04 Emerging Engineering Services for Technical data.docx
DLA Commercial Solutions Opening (CSO) FY2025
A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data 4) Area of Interest 03: Emerging Engineering Services for Technical data 5) Supplemental Information_ Area of Interest 03 Emerging Engineering Services for Technical data.docx
DLA Commercial Solutions Opening (CSO) FY2025
A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data
DLA Commercial Solutions Opening (CSO) FY2024
A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT)
Houma Navigation Canal, Terrebonne Bay and Cat Island Pass, LA, Maintenance Dredging #24-1, Terrebonne Parish, Louisiana. ED 23-032
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. PLANS AND SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE The work consists of satisfactory removal and disposal of shoal material from within the Houma Navigation Canal channel limits as shown on the contract drawings, with disposal of dredged material into single point discharge locations delineated adjacent to the channel. No dike work is included with this project. The estimated value of this work is between $10,000,000 and $25,000,000. The solicitation will issued on or about Friday, March 29, 2024, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. NAICS Code: 237990. The solicitation documents for this procurement will be posted on SAM (www.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in SAM (www.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Francesca deBoer at 504-862-1604 (email Francesca.E.deBoer@usace.army.mil). The Contracting Officer for this solicitation is Christopher Nuccio (email Christopher.Nuccio@usace.army.mil).
FD2030-25-01049
NSN: 1660-01-473-3548BO NOUN: OXYGEN MONITOR, ACFT TOP DRAWING: 16VK058-2 EDL REVISION & DATE: 4 / 06 FEB 2025 MDC CODE: EEB IM NAME: HANSON-WHEELER, JERRI L.
Open Source Software: Caldera Charge: Innovating EV Charging Infrastructure Simulation for Grid Efficiency and Sustainability
Caldera Charge: Innovating EV Charging Infrastructure Simulation for Grid Efficiency and Sustainability As electric vehicles (EVs) become increasingly prevalent, the imperative for sophisticated charging infrastructure and intelligent grid management intensifies. Caldera Charge is an advanced simulation platform uniquely designed to explore these challenges, offering critical insights into EV charging's grid impact and fostering innovative charging solutions. The surge in electric vehicle adoption introduces a complex new dynamic to energy consumption, significantly affecting our electrical grids. Before Caldera Charge, a holistic tool to model the interplay between EV charging infrastructure and grid performance was missing, creating a barrier to developing effective strategies to sustainably support the rising demand for electricity. This gap left utilities, municipalities, and service providers searching for actionable insights. Supported by the DOE's Vehicle Technologies Office and Office of Electricity, Caldera Charge is a leading edge in EV charging simulation. It features two core components: the Infrastructure Charging Module (ICM) and the Charging Decision Module (CDM). The ICM focuses on high-fidelity EV charging models and intelligent charging algorithms, accurately simulating the direct impact of EV charging on the grid. Meanwhile, the CDM offers innovative scheduling mechanisms, allowing for studying charging strategies and pricing models to optimize public charging infrastructure. Written in C++11 for computational efficiency and Python for adaptable co-simulation, Caldera Charge enables detailed analysis and strategic planning across transportation and electrical networks through the Helics co-simulation framework. Advantages: Targeted Simulation Modules: Distinct modules for infrastructure modeling (ICM) and decision strategies (CDM) cater to specific aspects of EV charging and grid interaction. Accurate Grid Impact Analysis: Employs extensive data for precise modeling of charging behavior under diverse grid conditions. Innovative Charging Management: Implements cutting-edge algorithms for intelligent charging, minimizing grid strain during peak demand. Scalable and Flexible Design: Supports high-performance computing and integrates C++11 and Python for comprehensive simulation scenarios. Comprehensive Co-Simulation Capability: Bridges transportation and grid simulations, assessing wide-ranging effects of EV charging. Applications: Utility Companies: To strategically manage grid loads and enhance power distribution reliability in response to EV charging demands. Urban and Transportation Planners: For integrating sustainable EV charging solutions within urban development and public transport systems. Academic and Research Institutions: To conduct in-depth studies on EV integration impacts and develop future energy frameworks. EV Charging Service Providers: Optimizing network operations and charging station deployment for efficiency and user satisfaction. Policy Makers and Regulatory Bodies: Informing policy and regulatory guidelines to support the transition to electric mobility. Unlock the potential of Caldera Charge to revolutionize your EV charging infrastructure planning and grid management strategies. Explore our comprehensive simulation platform and contribute to shaping the future of electric mobility and energy efficiency. Visit our GitHub pages for Caldera Grid and Caldera ICM to access the software and documentation and become part of our innovative community. INL’s Technology Deployment department focuses exclusively on licensing intellectual property and partnering with industry collaborators capable of commercializing our innovations. Our goal is to commercialize the technologies developed by INL researchers. We do not engage in purchasing, manufacturing, procurement decisions, or providing funding. Additionally, this is not a call for external services to assist in the development of this technology.
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors