Optometanical Signal Processing

Location: District of Columbia
Posted: Nov 3, 2025
Due: Nov 4, 2025
Agency: DEPT OF DEFENSE
Type of Government: Federal
Category:
Solicitation No: N0017326Q0017a
Publication URL: To access bid details, please log in.
Follow
Optometanical Signal Processing
Active
Contract Opportunity
Notice ID
N0017326Q0017a
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
ONR
Sub Command
ONR NRL
Office
NAVAL RESEARCH LABORATORY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Nov 03, 2025 08:02 am EST
  • Original Published Date: Oct 24, 2025 09:08 am EDT
  • Updated Date Offers Due: Nov 04, 2025 06:00 am EST
  • Original Date Offers Due: Nov 04, 2025 06:00 am EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 04, 2025
  • Original Inactive Date: Nov 04, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7B20 - IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 334413 - Semiconductor and Related Device Manufacturing
  • Place of Performance:
    Washington , DC 20375
    USA
Description

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

This is a combined synopsis/solicitation for commercial items prepared in

accordance with the format in Federal Acquisition Regulation (FAR) subpart

12.6, "Streamlined Procedures for Evaluation and Solicitation for

Commercial Items," as supplemented with additional information included

in this notice. This announcement constitutes the only solicitation;

quotations are being requested, and a written solicitation document will

not be issued. This solicitation is a Request for Quotations (RFQ). The

solicitation document and incorporated provisions and clauses are those

in effect through Federal Acquisition Circular (FAC) Effective: 10/01/2025

This is a Total Small Business Set-Aside in accordance with FAR 13.003 (b)

(1) on a Firm-Firm Fixed-Price (FFP) basis. ;

The associated North American Industrial Classification System (NAICS)

code for this procurement is 334413. The associated Federal Supply Code

(FSC) / Product Service Code (PSC) procurement is 7B20. The Naval

Research Laboratory (NRL), located in Washington, DC, is seeking to

purchased Optometanical Signal Processing.

All interested companies shall provide quotations for the following: X See

specification attachment Supplies:

BRAND NAME OR EQUAL. Items must be brand name or equal in

accordance with FAR 52.211-6.

Software/Hardware/Services: This procurement is for new equipment

ONLY, unless otherwise specifically stated. No remanufactured or "gray

market" items are acceptable. All equipment must be covered by the

manufacturer's warranty. - Vendor shall be an Original Equipment

Manufacturer (OEM), an OEM authorized dealer, an authorized distributor,

or an authorized reseller for the proposed equipment/system such that

OEM warranty and service are provided and maintained by the OEM. All

software licensing, warranty, and service associated with the

equipment/system shall be in accordance with the OEM terms and

conditions - Offerors are required to submit documentation from the

manufacturer stating that they are an authorized distributor for the specific

items being procured. Note: Maintenance Renewals -

The performance period for maintenance renewals, (software licenses,

services, etc.), must begin on or after the date of contract award. The

performance period cannot be back dated.

If reinstatement fees are required, they must be listed on separate line

items.

Delivery Address:

U.S. Naval Research Laboratory

4555 Overlook Avenue, S.W.

Bldg. 49 Shipping/Receiving Code 3400

Washington, DC 20375

**FOB DESTINATION IS THE PREFERRED METHOD**

Estimated Delivery Time: __________________ For FOB ORGIN, please

provide the following information: FOB Shipping Point:

_______________________ Estimated Shipping Charge:

_________________ Dimensions of Package(s): ____________________

Shipping Weight: __________________________ SUBMISSION

INSTRUCTIONS:

All Quoters shall submit 1 (one) copy of their technical and price quote.

Include your company DUNS Number and Cage Code on your quote. All

quotations shall be sent via e-mail.

GOVERNMENT POINT OF CONTACT Purchasing Agent Name: Natalie

Waugh, Tel: 202 923 1538, Email: Natalie.f.waugh.civ@us.navy.mil Please

reference this combined synopsis/solicitation number on your

correspondence and in the "Subject" line of your email.

ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA

EMAIL. The government intends to award a purchase order as a result of

this combined synopsis/solicitation that will include the terms and

conditions set forth herein. Award may be made without discussions or

negotiations, therefore prospective contractors should have an active

registration in the System for Award Management (SAM) database

(www.sam.gov) in accordance with Federal Acquisition Regulation (FAR)

Part 4.1102 and Part 52.204-7 when submitting a response to this

solicitation.

The Government will award a contract resulting from this solicitation to the

responsible offeror whose offer conforming to the solicitation will be most

advantageous to the Government, price and other factors considered. The

following factors shall be used to evaluate offers: Lowest Price Technically

Acceptable - Offers will be ranked lowest to highest according to price. A

price analysis will be conducted to determine whether the lowest price will

result from a single award or multiple awards. Based on the price analysis,

the lowest price offer or multiple offers, will be forwarded to the requiring

activity for technical evaluation (offer(s), in accordance with the

specifications, will be deemed either technically acceptable or technically

unacceptable). If the lowest price offer or offers is found technically

acceptable and the pricing determined fair and reasonable by the

Contracting Officer, evaluation will be deemed complete and award will be

made based on the lowest price offer(s). If the lowest price offer is

determined technically unacceptable, another analysis will be conducted

amongst the remaining offers to determine if a single or multiple awards

will provide the lowest price. The lowest price offer(s) will be sent for

technical evaluation.

This process is repeated in order of price until an offer or combination of

offers is deemed technically acceptable and price is determined fair and

reasonable. Table A-1. Technical Acceptable/Unacceptable Ratings: Rating

Description Acceptable Quote meets all the minimum

requirements/specifications as stated or provided in the RFQ

specifications.

Unacceptable Quote does not clearly meet the minimum

requirements/specifications as stated or provided in the RFQ

specifications.

Options. When applicable, the Government will evaluate offers for award

purposes by adding the total price for all options to the total price for the

basic requirement. The Government may determine that an offer is

unacceptable if the option prices are significantly unbalanced. Evaluation

of options shall not obligate the Government to exercise the option(s).

Terms and Conditions. To facilitate the award process, all quotes must

include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included

in the award document without modification, deletion, or addition."

OR "The terms and conditions in the solicitation are acceptable to be

included in the award document with the exception, deletion, or addition

of the following:" Exceptions. Quoter shall list exception(s) and rationale for

the exception(s).

Submission shall be received not later than the response date listed above.

Late submissions shall be treated in accordance with the solicitation

provision at FAR 52.212-1(f). E-mailed submissions are accepted and are

the preferred form of submission. Receipt will be verified by the date/time

stamp on fax or e-mail.


Attachments/Links
Contact Information
Contracting Office Address
  • 4555 OVERLOOK AVE SW
  • WASHINGTON , DC 20375-5328
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Oct 24, 2025[Combined Synopsis/Solicitation (Original)] Optometanical Signal Processing
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Motor Vehicle Operationalize RFI Active Contract Opportunity Notice ID 111111-11111 Related Notice

HOMELAND SECURITY, DEPARTMENT OF

Bid Due: 12/08/2025

Follow U.S. Forest Service's Disaster Recovery Outreach Event Industry Days Preliminary Notice -

AGRICULTURE, DEPARTMENT OF

Bid Due: 3/31/2026

Follow VA HQ Vacant Retail Space Active Contract Opportunity Notice ID VAHQRetail Related

GENERAL SERVICES ADMINISTRATION

Bid Due: 12/31/2025

Follow USAC RFI: Penetration Testing as a Service Active Contract Opportunity Notice ID

FEDERAL COMMUNICATIONS COMMISSION

Bid Due: 12/08/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.