Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 05, 2025 SAM #8714
SOLICITATION NOTICE

61 -- AJ UPS

Notice Date
10/3/2025 5:47:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017826Q6600
 
Response Due
10/14/2025 2:00:00 PM
 
Archive Date
10/29/2025
 
Point of Contact
Ashlee Wesley, Phone: 5407428849
 
E-Mail Address
ashlee.wesley@navy.mil
(ashlee.wesley@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017826Q6600 Submitted by: Ashlee Wesley NAICS Code: 335311 FSC/PSC Code: 6150 Anticipated Date to be published in SAM.gov: 10/3/2025 Anticipated Closing Date: 10/14/2025 Contracts POC Name: Ashlee Wesley Telephone: 540-742-8849 Email Address: Ashlee.Wesley@us.navy.mil Code and Description: 6150- Miscellaneous Electric Power and Distribution Equipment This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N0017826Q6600 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. This requirement is not eligible for small business set-aside. Material must be TAA compliant. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis for the following products manufactured by AJ�s Power Source Inc.: Part number PG400-UPS-HR-DC28, quantity of twelve (12) each 1U 400w Half Rack Tactical UPS - AC/28Vdc. AJ�s Power Source Inc. is located in Land O�Lakes, FL. The Offeror shall ensure they can provide the requirements listed in the attached Requirements List. If not procured, production would be halted until an alternative is selected. Selecting an alternative UPS would negatively impact on the program in several ways. The alternative UPS would need to go through the battery certification process before it could be used, Also, the alternative UPS would also need to go through its own environmental testing to ensure it is suitable for use in a shipboard environment. Changes to the mounting interface would force the program to redesign the mounting hardware and brackets currently used for the UPS. It is estimated that the cost of selecting an alternative UPS would cost the government in total labor and lost revenue. The required hardware is exclusive to AJ�s Power Source Inc. All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added after award. Entry applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures (FAR Part 13), and the order will be issued on a firm fixed-price basis. All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror�s unconditional agreement to the terms and conditions in this solicitation. An authorized reseller letter must be provided for each manufacturer. The offeror shall provide documentation from the original equipment manufacturer (OEM) verifying that they are an authorized reseller/distributor of the service/product(s) offered. Failure to provide this documentation may result in the offer being deemed nonresponsive. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 14 October 2025, no later than 05:00 p.m. EST with an anticipated award date by 15 November 2025. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to Ashlee.Wesley@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017826Q6600 in the subject line. Attachments � -SF1449: Solicitation for Commercial Items -Requirements
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0a7113c35a3a40cdb1734e85c6bc140f/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN07611977-F 20251005/251003230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.