WGQ Technical Benches
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 Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ, is soliciting proposals for WGQ Technical Benches for the Calibration Lab at the Fleet Readiness Center Reserve Mid Atlantic Detachment McGuire (FRCR). This is a Total Small Business Set-Aside procurement for Commercial Off-The-Shelf (COTS) equipment, including installation and freight. Proposals are due by April 24, 2026, at 4:00 PM EST.
Scope of Work
This requirement involves the procurement and installation of various configurations of COTS technical benches, including:
- 8 benches (72" Wide) with 3-drawer and 4-drawer base units.
- 2 benches (72" Wide) with 3-drawer and 1-drawer/1-cabinet combination base units.
- 3 benches (90" Wide) with 3-drawer and 4-drawer base units.
- 1 corner bench (90" Wide x 30" Depth and 60" Wide x 30" Depth) with 3-drawer and 4-drawer base units. All benches must include ESD Safe Countertops, Adjustable Riser Shelves, Task Lighting, and Power Strips. The scope also covers complete installation at the FRCR facility and freight/shipping. A minimum one-year commercial warranty is required for each calibration standard.
Contract Details
- Type: Combined Synopsis/Solicitation (RFQ) for Commercial Items, Firm-Fixed Price Contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 337127 Institutional Furniture Manufacturing (Size Standard: 500 employees).
- PSC: 6640 Laboratory Equipment And Supplies.
- Period of Performance: 365 calendar days after contract award.
- Place of Performance: Fleet Readiness Center Reserve, 3770 Wonnacott Ave, JBMDL, NJ, 08641.
Evaluation Criteria
Award will be made to the lowest price responsible Offeror deemed eligible. Evaluation factors include:
- Award Eligibility: Verification of Total Small Business status.
- Technical Description: Assessment of compliance with solicitation requirements, including SOW and CLIN structure. Proposals without sufficient technical detail will not be considered.
- Price: Evaluation for reasonableness, requiring pricing for all CLINs as per Attachment 3 (Rev 0001).
- Past Performance: Evaluation of Supplier Performance Risk System (SPRS) ratings (Dark Blue, Purple, Green, Yellow are Acceptable; Red is Unacceptable; No rating is Neutral). The Government intends to award without discussions, so initial offers should contain best terms.
Submission Requirements
Proposals must be submitted electronically in two volumes:
- Volume I (Technical Proposal): No price information, includes all technical details.
- Volume II (Price Proposal): Includes a completed Attachment 3 (Rev 0001) Excel file with total prices. Offerors must include a completed FAR 52.212-3 or a statement of SAM registration. Acknowledge DFARS 252.240-7998 and 252.240-7999 regarding covered semiconductor products/services from Huawei. Electronic copies must be virus-free and compatible with Adobe Acrobat Reader 11 and Microsoft Office Suite 2016.
Key Dates & Contacts
- Site Visit (Discretionary): March 25, 2026, at 10:00 AM EST. Contact SSgt Forrest Baker (504-335-5920) or AT1 John Deems (785-633-9444) 48 hours prior to confirm attendance.
- Proposal Due Date: April 24, 2026, 4:00 PM EST.
- Primary Contact: Juan Carlos Belmonte (juancarlos.r.belmonte.civ@us.navy.mil)
- Secondary Contact: Terrence Shearer (terrence.d.shearer.civ@us.navy.mil)
Note: This solicitation has been extended due to changes in the Statement of Work (Attachment 1, Rev 0001) and CLIN Structure (Attachment 3, Rev 0001) posted on April 1, 2026. Responses to vendor questions were also provided in Attachment 4 on March 17, 2026, clarifying installation, delivery, and quantity details.