Zilog Component: Part Number-Z8523016VEG
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 Surface Warfare Center, Indian Head Division (NSWC IHD Picatinny Detachment) is soliciting quotes for Zilog Component: Part Number-Z8523016VEG. This is a Firm Fixed-Price (FFP) purchase order, competed as a Total Small Business Set-Aside under Simplified Acquisition Procedures. The government intends to procure 150 units of the specified Zilog component.
Scope of Work
This opportunity requires vendors to provide all necessary materials and services to manufacture, assemble, inspect, preserve, package, and ship 150 units of the Zilog Component, Part Number Z8523016VEG. Deliveries will be inspected and accepted at the destination by the ISEA W82 Representative, Mr. Michael Meadows, at NSWC IHD, Picatinny Arsenal, NJ 07806. Early and partial deliveries are authorized with approval from Mr. Meadows. Deliverables must be preserved and packaged according to Best Commercial Practice, with specific labeling requirements. Accompanying documentation must include a copy of the DD250 and quality documents.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) purchase order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334290 (Size Standard: 800 employees).
- Period of Performance: Delivery is required one week after the Date of Award.
- Place of Performance: Picatinny Arsenal, NJ, United States.
Submission & Evaluation
- Quote Due Date: March 21, 2026, 05:00 PM EST.
- Submission Instructions: Quote packages must include the completed/filled-in RFQ (Standard Form 1449, with blocks 12, 17, 23, 24, and 30 completed) and be emailed to mackenzie.f.martin.civ@us.navy.mil. A cover sheet must provide the Official Company Name, Point of Contact (name, title, phone), and SAM.gov UEI and CAGE Code. Invoices and receiving reports are to be submitted via Wide Area WorkFlow (WAWF).
- Evaluation Factors: Award will be based on the Lowest Price Technically Acceptable (LPTA) approach.
- Technical: Quotes must reflect required specifications per 1.0 of the SOW.
- Price: Quotes must include all applicable costs.
- Cybersecurity: Offerors must meet CMMC Level 1 (Self) or higher, as per DFARS 252.204-7021.
Points of Contact
- Acquisition POC: Mackenzie Martin (mackenzie.f.martin.civ@us.navy.mil).
- Technical POC (TPOC): Mr. Michael Meadows (michael.a.meadows1.civ@us.navy.mil, 504-460-8670).
- Acquisition Technical Specialist (ATS): Mr. Jeremy Jones (jeremy.j.jones56.civ@us.navy.mil, 973-724-8875).