Federal Contract Opportunities
Showing 501-550 of 1,801 opportunities
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (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 beta.Sam.gov (www.beta.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. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers 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 Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil) Amendment 0001 - Set Bid Opening; Changes to Solicitation; Instructions to Bidders
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (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 beta.Sam.gov (www.beta.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. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers 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 Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (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 beta.Sam.gov (www.beta.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. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers 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 Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil) Amendment 0001 - Set Bid Opening; Changes to Solicitation; Instructions to Bidders Amendment 0002 - Attachments Bid Abstract Posted
USNS MEGAR EVERS 2026 MTA
The amendment is being issued for the following:a) Add new WIs 0802b) Add revised WIs 0010, 0021, 0101, 0102, 0131, 0165, 0183, 0203, 0802c) Remove WI 0203d) Add revised WIs indexe) Correct Section B CLIN 0002, Adding ODC Amount and AGR Hoursf) Revised J-2g) Revised J-3h) Add Liquidated Damagesi) Revised period of performance from 19 March 2026 through 17 May 2026 to 19 Aug 2026 through 7 Oct 2026.j) Change RFC due date to 10:00 AM EST, 16 FEBRUARY 2026k) Change RFP close date on 1:00 PM EST, 05 MARCH 2026l) Incorporate RFCs 0001 - 0015m) Change Ship Check Date from 29 SEPTEMBER 2025 to 16 FEBRUARY 2026
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (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 beta.Sam.gov (www.beta.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. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers 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 Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)
SOF Global Services Delivery Request for Proposal (DRAFT)
***NOTE*** Submission date identified here has been updated to show the potential submission date for this draft RFP. No proposals will be accepted from this draft RFP. <<BREAK>> Updated as of 14 Nov 2025 Due to the extended Government shutdown and impending holiday season, the Government has elected to delay the release of the SOFGSD Final RFP to Q2 FY26. A determination of the expected date of release has not been made yet, but it is expected to be within the beginning of Q2. Interested parties should expect to see at least one more draft RFP prior to the final release. Interested parties may continue to submit questions using the attached Q&A template with submission to the entire Contracting team identified in the draft RFP. <<BREAK>> Update as of 12 Sept 2025 This update is provided to place offerors on notice that a final rule for DFARS Case 2019-D041 - Defense Federal Acquisition Regulation Supplement: Assessing Contractor Implementation of Cybersecurity Requirements was released on 10 Sept 2025. A copy of the rule is located here: https://www.federalregister.gov/documents/2025/09/10/2025-17359/defense-federal-acquisition-regulation-supplement-assessing-contractor-implementation-of Based on the rule implementation date of 10 November 2025, and an anticipated RFP release date that falls after the implementation date, the Government will include a CMMC pass/fail requirement in the final RFP as qualifying criteria. It is currently anticipated that a "CMMC Level 1 (Self)" will be required at time of proposal submission. Potential offerors are encouraged to begin working to meet this requirement if you have not already done so. Please note that the rule requires that all identified team members will be required to meet this requirement at time of proposal. Prime offerors are encouraged to ensure team members have also completed this requirement, as a Prime offeror will be disqualified if it is determined that a identified team member does not also meet the CMMC Level 1 (Self) qualification. Sections L and M will be updated in a future draft RFP posting. <<BREAK>> Update as of 4 Sept 2025 Amendment 03 to this DRAFT solicitation is being provided. Questions submitted prior to 22 Aug 2025 have been included in the attached "Response to DRFP Amd 2 SOFGSD QnA". You may continue to submit questions until the Q&A submission date released in the final RFP. This date is still to be determined. The following attachments are being updated with this posting. If an attachment is not listed here, then it has not been updated. 0A SOFGSD Section L (Draft 20250904) 0B SOFGSD Section M (Draft 20250904) Atch 01 IDIQ SOW (r2 20250904) Atch 02 HTRO Self Score Matrix (Draft 20250904) Atch 04 Staffing Proposal Pricing Template (Draft 20250904) Atch 07 SOFGSD LCAT Descriptions (Draft 20250904) Response to DRFP Amd 2 SOFGSD QnA <<BREAK>> Update as of 10 Jul 2025 The Government is providing Amendment 02 to this DRAFT solicitation. No submitted questions are being answered at this time due to changes being made in this Amendment that negate most, if not all, currently submitted questions. The video files from Industry Day are significant in size and cannot be uploaded to this posting. We are in the process of determining another avenue for distribution and will update this posting when we are able. The following attachments are being updated with this posting. If an attachment is not listed here, then it has not been updated. 0A SOFGSD Section L (Draft 20250710) 0B SOFGSD Section M (Draft 20250710) Atch 02 HTRO Self Score Matrix (Draft 20250710) Atch 07 SOFGSD LCAT Descriptions (Draft 20250710) The template for submission of questions has also been updated. Please use this newer version to submit questions from this point forward. <<BREAK>> Update to post the Q&A that wasn't posted on Friday. <<BREAK>> Update as of 13 Jun 2025 6pm This notice includes revised draft information regarding the SOF Global Services Delivery (SOFGSD) acquisition. This notice is provided for purposes of providing industry with the most current information regarding SOFGSD and to receive industry feedback on the revised draft RFP in preparation for Industry Day discussions on 16 & 17 June 2025. Offerors are reminded that any correspondence must be sent to the full Contracting Team: Sherri Ashby (sherri.ashby@socom.mil), Christos Tragakis (christos.j.tragakis.civ@socom.mil), and Nichole Stahovich (nichole.l.stahovich.civ@socom.mil) to ensure maximum communication. Offerors are encouraged to review all documents provided with this updated notice. Note that file numbering has changed and additional documents have been provided. The list below shows all attachments as updated via this notice: 0A SOFGSD Section L (Draft) 0B SOFGSD Section M (Draft) 0C SOFGSD Section H (Draft) Atch 01 IDIQ SOW (r1 20250610) Atch 02 HTRO Self Score Matrix (as of 20250613) Atch 03 HTRO Cross Reference Matrix Atch 04 Staffing Proposal Pricing Template Atch 05 Work Sample Cover Sheet Atch 06 DCAA Preaward Survey Checklist Atch 07 SOFGSD LCAT Description (r120250613) SOFGSD Draft RFP Compiled Q&A 20250613 It is noted that the Government did not include a full list of the questions asked. There were a large number of repeat questions, for which the Government provided only one version, and some questions could not be answered by the Government due to the nature of the question. The Government attempted to provide clear and complete answers to the remaining questions. Note that the list of SLIDO questions asked during the SOF Week SOFGSD Sidebar have been included at the end of the Compiled Q&A file. Not all questions asked during the Sidebar were answered at that time, and the Government has not provided answers to any of these questions here. There were no slides shown during the Sidebar, and therefore, none are attached to this notice. <<BREAK>> Update as of 13 Jun 2025 at 10:30am SOFGSD Industry Day 16-17 Jun 2026 In-Person Attendance Location: 1925 E 2nd Ave, # 102, Tampa, FL 33605 Facility Sign-in: 8:00am The SOFWERX facility does not allow entry into the building before 8:00am. All attendees will be required to sign in on the tablets outside the main entry prior to entering the building. This process will be required on both days. Parking: Parking will be challenging. Please ensure you park only in approved locations. Please see Attachment “SOFWERX Information” for parking instructions and facility access information Virtual Attendance Virtual Attendance will be conducted via Microsoft Teams both days. Join the meeting: <https://teams.microsoft.com/l/meetup-join/19%3ameeting_OTllNjg2ZjMtZjNmZS00ZGRlLThkMDMtNTI3MzA1Nzk2NDVm%40thread.v2/0?context=%7b%22Tid%22%3a%224a5ddcb7-0ac6-4811-a341-f24a52596723%22%2c%22Oid%22%3a%22567bf249-b78c-47c7-bc2b-c2832965f163%22%7d> Meeting ID: 237 177 686 074 5 Passcode: ZH2gt3da Dial in by phone: (888) 558-1889,,884884022# <tel:8885581889,,884884022> United States (Toll-free) Phone conference ID: 884 884 022# General Daily Agenda 16 Jun 2025: The General Meeting will begin at 9:30am. This is a full day, with closing remarks anticipated to take place around 4:00pm. A lunch break will be included. 17 Jun 2025: The first briefing will begin at 9:30am. This is expected to be a half day, with the final briefing ending no later than 1:30pm A lunch break is not anticipated. <<BREAK>> Update as of 11 Jun 2025, 2:30pm Please note: you will not receive a confirmation notice or email from registering for either in-person or virtual attendance at Industry Day. When completing your registration, you would have been given notice on the site that you had been registered and have been shown the responses you provided to the registration questions. If you saw this, then you can be assured that you have been registered. <<BREAK>> Update as of 11 Jun 2025 Currently, we have reached in person capacity for Industry Day. No further requests for in person attendance can be accepted. However, virtual attendance registration will remain open until June 13th. To remove the appearance of unequal access, the Government has determined that 1-on-1 sessions will no longer be held for this solicitation. The Government will not be providing any additional information during 1-on-1s that has/will not have been made available through means such as the SOFGSD Side Bar, Industry Day, and multiple rounds of draft RFP Q&A. Additionally, the Government requests questions continue to be submitted through the current Q&A process to ensure all potential offerors receive the same information. Again, all previously scheduled 1-on-1s have been cancelled. To increase transparency, the Government will be conducting a second day of briefings that will focus on a deep dive into a sampling of core requirements and talk through some emerging requirements that may be competed under the SOFGSD IDIQ once awarded. Since Day 2 is specifically focused on a sampling of the types of work expected; the government will not address questions on the solicitation process, scoring, or other information on the IDIQ. Three sessions will be held on Tuesday, 17 Jun 2025 discussing different aspects of requirements that fall within the SOFGSD SOW. No separate registration is required, and all sessions will be made available virtual. <<BREAK>> Update as of 6 Jun 2026 - 2PM The Government has received an overwhelming number of requests for 1-on-1 meetings that far exceed the available timeslots. We are discussing options that are available to us in this situation, requesting input from leadership and our Legal Advisors. We will provide additional information regarding 1-on-1 meetings early next week. <<BREAK>> Update as of 6 Jun 2025 All available 1-on-1 meetings have now been filled. No additional times are available. <<BREAK>> Update as of 5 Jun 2025 SOFGSD Industry Day 1-on-1 meetings Offerors may use the link below to schedule 1-on-1 meetings with the Government team to discuss questions related to the SOFGSD acquisition. Meetings will not be used for business development or introductions. Only 41 time slots are available, and will be issued on a first come, first served basis. Meeting times are only available on 16, 17, and 18 June 2025, in 15 minute increments. Once these times are filled, no further dates will be provided. REMINDER: Meetings are restricted to small business offerors or the protege of a Joint Venture intending to Prime on this acquisition. Due to size limitations, you are limited to only two attendees. https://webmail.apps.mil/owa/calendar/SOFGSD1on1s@socom.onmicrosoft.com/bookings/s/WAvtrDhtb0GeEPAfizPrLA2 <<BREAK>> Update as of 29 May 2025 SOFGSD Industry Day as been formally scheduled for 16 Jun 2025. Location will be at SOFWERX - 1928 E 2nd Ave #102, Tampa, FL 33605. Access into SOFWERX will begin at 8:00am, with Opening Remarks beginning at 9:00am. Closing Remarks are currently scheduled for 2:30pm. Please use the following link to register for both virtually and in person attendance. All fields must be filled in. Registration Link: https://forms.osi.apps.mil/r/hSfX0Fp1ey An additional update and link will be provided NLT 4 Jun 2025 that will allow for a limited number of 15 minute 1-on-1 meetings to be scheduled over 16-18 Jun. These meetings will be limited to in-person only, and will be restricted to Small Business companies intending to Prime on this effort. DO NOT send emails requesting dates or times. This will ONLY be done through the link that will be provided NLT 4 Jun 2025. The Government is still in the process of consolidating all submitted questions in order to provide answers. They will be posted to this notice as soon as possible, but no later than two days prior to Industry Day. <<BREAK>> Update as of 21 May 2025 Industry Day for this requirement has been PRELIMINARILY scheduled for 12 Jun 2025, time is still to be determined but expect an early morning start of 9am or 10am. Location will be at SOFWERX - 1928 E 2nd Ave #102, Tampa, FL 33605. For companies wishing to attend in person, we will limit attendance to no more than two individuals per company. Directions for registration will be provided once the final schedule has been determined. Industry Day will also be conducted virtually and a link will be provided here once the final schedule has been determined. 1-on-1s will NOT be held for this requirement due to the significant interest. The Government is in the process of consolidating all submitted questions, to include those submitted durning the SOF Week Sidebar, in order to provide answers. They will be posted to this notice as soon as possible, but no later than two days prior to Industry Day. <<BREAK>> Initial Post This notice includes draft information regarding the SOF Global Services Delivery (SOFGSD) acquisition. This notice is provided for purposes of providing industry with the most current information regarding SOFGSD and to receive industry feedback on the draft RFP. Those contractors interested in proposing on this effort and desiring to provide value added feedback on the draft solicitation PRIOR to Industry Day must provide their comments/questions in the attached format via email to the Contracting Team: Sherri Ashby (sherri.ashby@socom.mil), Christos Tragakis (christos.j.tragakis.civ@socom.mil), and Nichole Stahovich (nichole.l.stahovich.civ@socom.mil) NLT 1200 hrs Eastern on 20 May 2025. Please review the documents in their entirety and submit only one comment document per company. Questions and answers will be discussed during Industry Day which will be scheduled at the end of May 2025. A subsequent amendment to this solicitation will be provided with information specific to Industry Day once details have been finalized. A formal milestone schedule has not yet been established. However, the following are the tentative dates for release of information concerning the new requirement: Industry Day: 12 Jun 2025 Final Draft RFP Comments/Questions Due: End of June 2025 Final RFP Release: Beginning of July 2025 ***UPDATE AS OF 18 APR 2025*** SOF AT&L - PEO Services will be hosting a SOFGSD sidebar during SOFWEEK! Please mark your calendars! WHO: PEO SV, KH Teammates WHAT: OPEN DISCUSSIONS WHEN/WHERE: 7 MAY 2025 @14:00 – 15:00, Tampa Convention Center (TCC) RM 118 & 119 WHY: Address concerns, contracting open topics, team engagements, socialize. *Notes and slides presented during this sidebar will be posted afterwards for those not attending SOF Week.
Air-Conditioning
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.
Plumbing and Heating
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.
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)