Aerolab US NRL Subsonic CCWT Maintenance & Upgrades
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, is seeking quotations for Aerolab US NRL Subsonic CCWT Maintenance & Upgrades. This is a Total Small Business Set-Aside procurement for commercial items, conducted as a Request for Quotations (RFQ) on a Firm-Fixed-Price (FFP) basis. The work involves maintenance and upgrades to the Subsonic Continuous Closed-Circuit Wind Tunnel (CCWT). Quotations are due by April 14, 2026, at 4:00 PM EST.
Scope of Work
The procurement covers maintenance and upgrades for the Subsonic CCWT. Specific requirements, as detailed in the attached document, include:
- Screens & Honeycomb Cleaning
- Supply and Installation of a new air compressor
- Replacement of Test Section Lights & Cover Panels
- Fan & Motor Maintenance All supplies must be brand name or equal, and for new equipment only. Vendors must be an Original Equipment Manufacturer (OEM), an authorized dealer, distributor, or reseller, providing documentation of authorization.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ)
- Basis: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 339999
- PSC: 5680 (Miscellaneous Construction Materials)
- Response Due: April 14, 2026, 4:00 PM EST
- Published: April 8, 2026, 4:30 PM EST
- Place of Performance: U.S. Naval Research Laboratory, Washington, DC 20375
Evaluation Factors
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be considered for award. The Government will evaluate offers by adding the total price for all options to the total price for the basic requirement.
Submission Requirements
Quoters must submit one (1) copy of their technical and price quote via email. Submissions must include the company's DUNS Number and CAGE Code. All questions must be submitted via email to the Government Point of Contact. Quoters must state acceptance of the solicitation's terms and conditions or list any exceptions with rationale. Late submissions will be treated in accordance with FAR 52.212-1(f).
Additional Notes
Prospective contractors must have an active registration in the System for Award Management (SAM) database (www.sam.gov) at the time of submission. This procurement is for new equipment only; no remanufactured or "gray market" items are acceptable. All equipment must be covered by the manufacturer's warranty.
Contact: James Chappell, james.e.chappell2.civ@us.navy.mil, 202-923-1418.