WGQ Technical Benches
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 Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ, is soliciting proposals for Technical Benches for the WGQ Calibration Lab at the Fleet Readiness Center Reserve Mid Atlantic Detachment McGuire (FRCR). This is a Total Small Business Set-Aside for a Firm-Fixed Price Contract to procure and install Commercial Off-The-Shelf (COTS) equipment. The solicitation has undergone multiple revisions and extensions, with the current proposal due date set for May 8, 2026.
Scope of Work
The requirement is for the procurement and installation of various configurations of technical benches, including:
- 5 benches (72" Wide) with ESD Safe Countertops, Riser Shelves, Task Lighting, and Power Strips.
- 3 benches (72" Wide) with ESD Safe Countertops, Riser Shelves, Task Lighting, and Power Strips.
- 3 benches (90" Wide) with ESD Safe Countertops, Riser Shelves, Task Lighting, and Power Strips.
- 1 corner bench (90" Wide x 30" Depth and 60" Wide x 30" Depth) with ESD Safe Countertops and Power Strip. (Note: Two straight benches butted together in an L-shape are acceptable for the corner bench).
All dimensions are nominal, and the next closest unmodified commercial dimensions are acceptable. Metal casework must be unmodified commercial blue. The contract includes full installation at the FRCR location (3770 Wonnacott Ave, JBMDL, NJ, 08641) and freight/shipping. A minimum one-year commercial warranty from the date of shipment is required for each calibration standard.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ), Firm-Fixed Price
- Set-Aside: Total Small Business (NAICS 337127, PSC 6640)
- Period of Performance: 365 calendar days from contract award
- Proposal Due: May 8, 2026, 4:00 PM EST
- Published: April 29, 2026
Evaluation Factors
Award will be made to the lowest-price responsible Offeror deemed eligible. Evaluation criteria include:
- Award Eligibility: Conformance with Total Small Business Set-Aside.
- Technical Description: Sufficient detail to evaluate compliance with requirements, conforming to the CLIN structure (Attachment 3, Rev 0002). Offerors should provide their best delivery lead time.
- Price: Reasonableness, with pricing provided for all CLINs in Attachment 3, Rev 0002.
- Past Performance: Evaluation of SPRS history (Dark Blue, Purple, Green, Yellow are acceptable; Red is unacceptable; Neutral for no rating).
The Government intends to award without discussions, so initial offers should contain best terms.
Submission Instructions
Proposals must be submitted electronically in two volumes (Technical and Price) to Juan Carlos Belmonte (juancarlos.r.belmonte.civ@us.navy.mil) and Terrence Shearer (terrence.d.shearer.civ@us.navy.mil). All files must be clearly marked with the solicitation and volume number, compatible with Adobe Acrobat Reader 11 and Microsoft Office Suite 2016, and virus-free. Offerors are responsible for confirming receipt. A discretionary site visit was offered on March 25, 2026.
Key Clarifications
Installation will be at 3370 Wonnacott Ave, McGuire AFB, NJ 08641, RM 112. The site has tight corners/hallways (84" x 34" opening), no loading dock, but pallet jack/forklift can be scheduled. All obstacles will be moved prior to installation. Reps and Certs will be handled via SAM.gov.