Government Furnished Hardware: REPLATE AND STRIP

SOL #: N0017426Q1013Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC INDIAN HEAD DIVISION
INDIAN HEAD, MD, 20640-1533, United States

Place of Performance

Indian Head, MD

NAICS

Electroplating (332813)

PSC

Cartridge And Propellant Actuated Devices And Components (1377)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 19, 2025
2
Submission Deadline
Jan 9, 2026, 1:00 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.

This is a solicitation is a for non-commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: Government Furnished Hardware: REPLATE AND STRIP (Cartridge Retainer, Firing Pin Housing, Cap, and  Initiator Chamber) . This solicitation will be competed as Small Business Set-Aside. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N0017426Q0013. The NAICS code is 332813 and the business size standard is 500. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.

The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

Evaluation Factors (in order of importance)

  1. Technical – Quotes must reflect the required specifications within the Statement of Work
  2. Price – Quotes must include all applicable costs.

In order to submit a quote, technical drawings must be requested.

Technical Drawings:

This procurement includes unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint  Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Offerors are encouraged to apply for certification as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing.

If interested, technical drawings need to be requested by contractor prior to submission date. ITAR certification is required to be provided prior to technical drawing release. Drawing requests must be made via email to Francine.l.keys.civ@us.navy.mil  , and marlene.l.ridgell.civ@us.navy.mil  by Friday, 09  January 2026, 8:00 AM EST.

Questions/clarification regarding this solicitation must be submitted via email to Francine.l.keys.civ@us.navy.mil  , and marlene.l.ridgell.civ@us.navy.mil  by Friday, 09 January 2026, 8:00 AM EST.

Quote packages are due by Friday, 09 January 2026 ,8:00 AM EST.  Late quotes will not be considered. Quote packages shall be sent to francine.l.keys.civ@us.navy.mil ,and  marlene.l.ridgell.civ@us.navy.mil and contain a cover sheet that provides the following information:

1. Official Company Name;

2. Point of contact including name and phone number; and

3. DUNS number and Cage Code.

The Points of Contact for this acquisition is

  1. Francine.keys, at Francine.l.keys.civ@us.navy.mil
  2. Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Dec 19, 2025
Government Furnished Hardware: REPLATE AND STRIP | GovScope