PCB Fabrication - 15 boards with assemblies labor and components.
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) is seeking quotations for the fabrication of 15 Printed Circuit Boards (PCBs), specifically the "Console_pwr_int (interconnect)" board, including associated assembly labor and components. This is a Total Small Business Set-Aside. Quotations are due by March 27, 2026, at 11:00 AM.
Scope of Work
This Request for Quotations (RFQ) is for the procurement of 15 units each of:
- PCB Fabrication (Q1668149-1D)
- Assembly Labor (Q1668149-1E)
- Components (Q1668149-1F)
The PCBs are for the "Console_pwr_int (interconnect)" component. Detailed technical specifications are provided in multiple attachments, including manufacturing drawings and electrical schematics. Key requirements include:
- Material: Epoxy glass laminate to IPC 4101/24 (minimum), 93 mil finished panel thickness.
- Standards: IPC-A-600 Class 2 and IPC-6012 Class 2.
- Board Finish Options: Immersion Gold/Electroless Nickel, Immersion Silver, or Immersion Tin. Finger connectors require electrolytic gold plating (35 um).
- Solder Resist: Blue, photo-imageable on both sides.
- Component Identification: White, photo-imageable on both sides.
- Copper Weight: 2oz on outer and inner layers.
- Tolerances: Specified for board thickness, plated/non-plated holes, hole centers, and overall dimensions.
- Electrical Schematics: Detail input connectors (115V 400Hz, 28VDC), circuit breakers, and internal connections to other systems and components.
Vendors must provide brand name or equal items and be an Original Equipment Manufacturer (OEM), an OEM authorized dealer, distributor, or reseller, with documentation of authorization. Delivery is required at various NRL locations in Washington, DC; Monterey, CA; and Stennis Space Center, MS. FOB Destination is the preferred method.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 334412 (Printed Circuit Board Manufacturing)
- PSC Code: 3670 (Specialized Semiconductor, Microcircuit, And Printed Circuit Board Manufacturing Machinery)
- Award Type: Purchase Order
- Issuing Office: Naval Research Laboratory (NRL)
Evaluation Factors
Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on Lowest Price Technically Acceptable (LPTA). Offers will be ranked by price, and the lowest-priced technically acceptable offer(s) will be considered for award. Technical acceptability requires meeting all minimum requirements and specifications. The Government may evaluate options by adding their total price to the basic requirement.
Submission Instructions & Deadline
Quoters shall submit one copy of their technical and price quote via email. Submissions must include the company's DUNS Number and CAGE Code. Quotations are due by March 27, 2026, at 11:00 AM EST. Offerors must have an active registration in the System for Award Management (SAM.gov) at the time of submission. Quoters must also state acceptance of the terms and conditions or list exceptions with rationale.
Government Point of Contact
All questions and submissions should be directed to Marche Hampton at Marche.t.Hampton.civ@us.navy.mil. Reference the solicitation number in all correspondence.