WGQ Technical Benches

SOL #: N6833526Q1027Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Institutional Furniture Manufacturing (337127)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

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

Timeline

1
Posted
Mar 11, 2026
2
Submission Deadline
Apr 10, 2026, 8:00 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 Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ, is soliciting proposals for Commercial Off-The-Shelf (COTS) 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 under a Firm-Fixed Price contract. Proposals are due April 10, 2026, at 4:00 PM EST.

Scope of Work

The requirement involves the procurement and installation of 10 COTS technical benches, specifically:

  • 8 Technical Benches (72” Wide x 30” Depth x 36” High) with drawer units, ESD Safe Countertops, Adjustable Riser Shelves, Task Lighting, and Power Strips.
  • 2 Technical Benches (72” Wide x 30” Depth x 36” High) with different drawer/cabinet combinations, including ESD Safe Countertops, Adjustable Riser Shelves, Task Lighting, and Power Strips.
  • Complete installation of all furniture at the FRCR location.
  • Freight and shipping services.

All equipment must be COTS, with metal casework in commercially available Blue. A minimum one-year commercial warranty from the date of shipment is required for each calibration standard, with a sticker affixed to the unit enclosure. Inspection will be at JBMDL, NJ, and acceptance at Lakehurst, NJ.

Contract & Timeline

  • Type: Firm-Fixed Price (FFP) Combined Synopsis/Solicitation (RFQ N68335-26-Q-1027).
  • Set-Aside: Total Small Business.
  • NAICS: 337127 Institutional Furniture Manufacturing (500 employees).
  • PSC: 6640 Laboratory Equipment And Supplies.
  • Period of Performance: 365 calendar days from contract award.
  • Place of Performance: Fleet Readiness Center Reserve, 3770 Wonnacott Ave, JBMDL, NJ, 08641.
  • Response Due: April 10, 2026, 4:00 PM EST.
  • Published: March 11, 2026.
  • Discretionary Site Visit: March 25, 2026, 10:00 AM EST. Attendees must contact SSgt Forrest Baker (504-335-5920) or AT1 John Deems (785-633-9444) at least 48 hours prior to confirm attendance and arrange base access.

Proposal Submission

Proposals must be submitted electronically in two separate volumes:

  • Volume I (Technical): Must not contain any price information and should detail compliance with technical requirements, including the CLIN structure (Attachment 3) and Statement of Work (Attachment 1).
  • Volume II (Price): Must include a completed Attachment 3 (CLIN structure Excel file) with total prices for all line items.

Offerors must include a completed FAR 52.212-3 (Offeror Representations and Certifications) or state that it is completed in SAM.gov. Acknowledge DFARS 252.240-7998 and 252.240-7999 regarding the prohibition on covered semiconductor products. Submissions are to be sent to Juan Carlos Belmonte (juancarlos.r.belmonte.civ@us.navy.mil) and Terrence Shearer (terrence.d.shearer.civ@us.navy.mil).

Evaluation Criteria

Award will be made to the lowest price responsible Offeror deemed eligible. Evaluation factors include:

  1. Award Eligibility: Verification of Total Small Business status.
  2. Technical Description: Assessment of compliance with solicitation requirements, including the CLIN structure and quantities.
  3. Price: Reasonableness, with award to the lowest price.
  4. Past Performance: Evaluation of Supplier Performance Risk System (SPRS) ratings for PSC 6640. Acceptable ratings include Dark Blue, Purple, Green, or Yellow; Red is Unacceptable; Neutral for no rating.

The Government intends to award without discussions, so initial offers should contain the Offeror's best terms.

People

Points of Contact

Juan Carlos BelmontePRIMARY
Terrence ShearerSECONDARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
WGQ Technical Benches | GovScope