SCOPE OF WORK FOR ANECHOIC CHAMBER ABSORBER REPAIR
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Research Laboratory (NRL) in Washington, DC, has issued a Request for Quote (RFQ) N00173-26-Q-1301334814 for Anechoic Chamber Absorber Repair. This is a Total Small Business Set-Aside procurement on a Firm-Fixed-Price (FFP) basis, with award made to the Lowest-Priced, Technically Acceptable (LPTA) solution. The associated NAICS code is 541330 ($25.5M size standard) and PSC is R425 (Engineering And Technical Services). Quotations are due by March 31, 2026.
Scope of Work
This opportunity requires services for the repair of damaged, loose, or detached absorbers within the 5710 NRL anechoic chamber, crucial for Navy Fleet readiness. The scope includes:
- Site Preparation: Coordinating work, removing floor absorbers, erecting scaffolding with fall protection, and protecting sensitive equipment.
- Absorber Repair: Re-attaching absorbers with government-approved, low-outgassing, non-conductive adhesive; mending tears; replacing irreparably damaged absorbers; and applying color-matched conductive touch-up paint (compatible with C-RAM SFC-HP).
- Finalization: Conducting a final walkthrough, addressing deficiencies, dismantling scaffolding, cleaning the work area, and reinstalling floor absorbers. All work must meet performance standards ensuring secure attachment, restored absorber shape, consistent paint application, and a clean chamber, subject to formal acceptance.
Contract & Submission Details
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business
- NAICS: 541330 ($25.5M)
- PSC: R425 (Engineering And Technical Services)
- Place of Performance: U.S. Naval Research Laboratory, Washington, DC 20375
- Quotation Due: March 31, 2026
- Submission: Via email to Purchasing Agent James Chappell at james.e.chappell2.civ@us.navy.mil.
- Required Quotation Contents: Open Market or GSA FSS pricing, price expiration date, Federal Tax I.D., CAGE code, DUNS number, payment terms (Net 30), published price list (if available), and estimated shipping/handling.
Evaluation Criteria
Award will be based on the Lowest-Priced, Technically Acceptable (LPTA) methodology.
- Factor 1 – Price: Evaluated for fairness and reasonableness.
- Factor 2 – Technical: Evaluated for the quoter’s capabilities to provide supplies/services in accordance with the solicitation. Offers will be rated as "Acceptable" or "Unacceptable" based on meeting minimum requirements. The lowest-priced technically acceptable offer(s) will be selected for award.
Special Requirements
Vendors must be an Original Equipment Manufacturer (OEM) or an authorized dealer/distributor/reseller, providing documentation of authorization. All equipment must be new, covered by manufacturer's warranty. Active SAM.gov registration is required at the time of quotation submission. Proposed adhesives and touch-up paint must be government-approved, with MSDS submitted for verification. The "Inquiry of Availability" document indicates the government is seeking responses for absorber repairs (labor and materials) and travel/lodging for two technicians.