Aluminum parts, fabrication for transportation frame
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), Tactical Electronic Warfare Division Code 5700, is seeking quotations for the fabrication of aluminum parts for a transportation frame. This is a Total Small Business Set-Aside opportunity. Quotes are due by May 4, 2026, at 7:00 PM ET.
Scope of Work
This requirement involves the fabrication of aluminum parts for a transportation frame, as detailed in the attached drawings (Attachment 1). Key requirements include:
- Fabrication of aluminum parts according to specifications.
- Items must be brand name or equal, and new equipment only.
- Vendors must be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, an authorized distributor, or an authorized reseller, with supporting documentation.
- Delivery is required within 60 Days After Receipt of Order (ARO).
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Request for Quotations - RFQ)
- Contract Type: Firm-Fixed-Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332311 (Aluminum Product Manufacturing), Small Business Size Standard: SMALL
- FSC/PSC: 5450 (Miscellaneous Prefabricated Structures)
- Response Due: May 4, 2026, 7:00 PM ET
- Published: April 29, 2026
- Place of Performance: Washington, DC 20375, United States
Submission & Evaluation
Quotations must include both technical and price quotes, along with the offeror's DUNS Number and Cage Code. Submissions are to be sent via email to carrie.a.cawley.civ@us.navy.mil. The solicitation number, N00173-26-Q-1301357113, must be referenced in all correspondence.
Award will be made to the responsible offeror whose proposal is most advantageous to the Government, considering price and other factors. Evaluation factors include:
- Schedule: Delivery on or before 60 days ARO is acceptable (more important than Technical Performance).
- Technical Performance: Must meet all required technical specifications in Attachment 2 (drawings).
- Price Reasonableness: Determined based on competitive quotes.
Award may be made without discussions. Quoters must state acceptance of terms and conditions or list exceptions.
Additional Notes
- Contractors must be certified through the Defense Logistics Information Services’ (DLIS) Joint Certification Program (JCP) to access Controlled Unclassified Information (CUI) or Export Controlled information. Details are available on the DLA website.
- Offerors must have an active registration in the System for Award Management (SAM) database.
- All questions regarding the solicitation must be submitted via email.
- The solicitation is issued in accordance with FAR Subparts 13.5 and 12.6.