Attenuators

SOL #: N0017826Q6639Solicitation

Overview

Buyer

DAHLGREN, VA, 22448-5154, United States

Place of Performance

Dahlgren, VA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

Antennas, Waveguide, And Related Equipment (5985)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 22, 2025
2
Submission Deadline
Dec 29, 2025, 3:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

COMBINED SYNOPSIS/SOLICITATION #:    N0017826Q6639

Submitted by: Heather Hostinsky      

NAICS Code: 334220

FSC/PSC Code: 5985

Anticipated Date to be published in SAM.gov: 12/22/2026
 

Anticipated Closing Date: 12/29/2025

Contracts POC Name:  Heather Hostinsky

Telephone#:  540-748-8882

Email Address:  heather.g.hostinsky.civ@us.navy.mil

Code and Description: 5985- Antennas, Waveguides, and Related Equipment

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.   

Synopsis/Solicitation N0017826Q6639 is issued as a Request for Quotation (RFQ).  The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449.  The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. 

This requirement is not eligible for small business set-aside.

Material must be TAA compliant.

-The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis to Sienna Technologies, Inc..   Sienna Technologies, Inc. is located in Mukilteo, Washington.  The Contractor shall measure a quantity of six (6) each government provided waveguide halves and use the measurements to produce part numbers 130962-103, 130963-103, and 130964-103 from STL-100F doped lossy ceramic (3.1).  The Contractor shall then braze the lossy material inside of the provided waveguide halves using Cusil-ABA braze alloy (3.2). The Contractor shall return the six brazed ceramic-loaded waveguide halves to NSWCDD to be welded together by government technicians into three complete attenuators that will provide attenuation values of -3 dB, -6 dB, and -10 dB (3.3).  The Offeror shall ensure they can provide the services as outlined in the attached Statement of Work. 

All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added afterwards. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures (FAR Part 13), and the order will be issued on a firm fixed-price basis.

All responsible offerors must submit, with their offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency.  The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. An authorized reseller letter must be provided for each manufacturer. The offeror shall provide documentation from the original equipment manufacturer (OEM) verifying that they are an authorized reseller/distributor of the service/product(s) offered. Failure to provide this documentation may result in the offer being deemed nonresponsive. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken.

At time of proposal submission please submit any historical data and published pricing.  Award will be made based on Lowest Price Technically Acceptable.

In order to be eligible for award, firms must be registered in the System for Award Management (SAM).  Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov.

Quote is due 29  December 2025, no later than 10:00 a.m. EST with an anticipated award date by 31 December 2025.  Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to heather.g.hostinsky.civ@us.navy.mil  to the RFQ closing.  Please be sure to include Synopsis/Solicitation Number N0017826Q6605 in the subject line.

Attachments –

-SF18: Request for Quotations

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Dec 22, 2025
Attenuators | GovScope