Coated and Uncoated Webbing

SOL #: N68335-26-Q-1033Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAIR WARFARE CTR AIRCRAFT DIV
JOINT BASE MDL, NJ, 08733, United States

Place of Performance

CAPE MAY CH, NJ

NAICS

Narrow Fabric Mills and Schiffli Machine Embroidery (313220)

PSC

Textile Fabrics (8305)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Feb 12, 2026, 5:00 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.

Quick Summary

The Naval Air Systems Command (NAVAIR), Lakehurst, NJ, is soliciting proposals for Coated and Uncoated Webbing under Solicitation Number N68335-26-Q-1033. This is a Total Small Business Set-Aside for a Firm-Fixed-Price contract. The requirement is for specific types of nylon webbing to be delivered to the Naval Air Warfare Center, Lakehurst, NJ. Proposals are due by February 12, 2026, 12:00 PM EDT.

Scope of Work

This procurement includes two Contract Line Item Numbers (CLINs):

  • CLIN 0001: 300 rolls of 1-3/4” Coated Webbing (P/N: 3491AS2311-300-0). This webbing must conform to NAVAIRSYSCOM Drawing 3491AS2311, Rev A, and MIL-DTL-4088L, Type 19, Class 1A, using Nylon 6.6, Natural White, and be resin-coated per MIL-DTL-27265F.
  • CLIN 0002: 1000 rolls of 1-3/4” Uncoated Webbing. This webbing must conform to MIL-DTL-4088L, Type 19, Class 1A, using Nylon 6.6, Natural White.

Both types of webbing must be supplied in 100-yard, one-piece rolls with no splices. All items must be manufactured in the United States in accordance with the Berry Amendment Act. Offerors must provide a Certificate of Quality Compliance and Laboratory Inspection Reports.

Contract Details

  • Solicitation Type: Request for Quotation (RFQ) in accordance with FAR Part 13.
  • Contract Type: Firm-Fixed-Price.
  • Set-Aside: Total Small Business (FAR 19.5).
  • NAICS Code: 313220 (Textile Fabrics).
  • Delivery: Required 90-120 days After Receipt of Order (ARO) to the Naval Air Warfare Center, Lakehurst, NJ.
  • FOB Point: Destination, with inspection and acceptance at destination. Shipping costs must be factored into unit prices.
  • Quotation Validity: 90 days from submission date.
  • Export Controls: Drawings for this requirement are subject to export controls; vendors must provide a current DD Form 2345 to receive the drawing package.
  • Compliance: The textiles are subject to the Buy American Act and Berry Amendment.

Submission & Evaluation

  • Proposals Due: February 12, 2026, by 12:00 PM EDT.
  • Submission Method: Electronic proposals only, emailed to Danielle Russo at danielle.m.russo4.civ@us.navy.mil.
  • Required Documentation: Proposals must meet all requirements outlined in Attachment 001 (Statement of Work / CLIN Structure), including all specified part numbers.
  • Evaluation Criteria:
    1. Eligibility: Offerors must provide all part numbers listed in Attachment 001. Failure to provide the entire list will result in ineligibility.
    2. Award Basis: Award will be made to the lowest-priced responsible offeror deemed eligible.
  • Discussions: The Government intends to award without discussions, based on initial offers, but reserves the right to conduct discussions if necessary.
  • SAM.gov: Offerors must have an active SAM.gov entity registration from proposal submission through award.

Contact Information

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Feb 3, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 20, 2026
Coated and Uncoated Webbing | GovScope