SOLICITATION NOTICE
59 -- AUKUA Hardware & Software
- Notice Date
- 12/17/2025 5:32:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
- ZIP Code
- 22448-5154
- Solicitation Number
- N0017826Q6654
- Response Due
- 1/6/2026 9:00:00 AM
- Archive Date
- 01/21/2026
- Point of Contact
- Diana Moses, Phone: 5407428868
- E-Mail Address
-
diana.moses@navy.mil
(diana.moses@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 N0017826Q6654 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 set-aside for small business. Material must be TAA compliant. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to procure on a Brand Name basis for AUKUA SYSTEMS, INC. Hardware & software. The Government identified the AUKUA SYSTEMS, INC. required hardware as meeting all form, fit, function, and compatibility needs for existing testing needs. These tools will enable comprehensive validation of link performance both with and without MIL-SPEC connectors while allowing stress testing at maximum traffic loads and the added capability to test Automotive Ethernet for future efforts. The requested materials represent the minimum requirements of the Government. AUKUA SYSTEMS, INC. is located in Austin, Texas. PART NUMBER DESCRIPTION QTY MGA-84S 4 Port Multigig Test System. 1U rackmount chassis with LCD and 1G management port. Four SFP+ test ports 2 bidirectional port pairs. Transceivers not included. Includes 1 year of HW and SW maintenance.4 Port Multigig Test System. 1U rackmount chassis with 1 MGA-APG-PKG-010 Packet generator application package. License for supported rates 1GbE (optical and copper 1GbE) and below 2 MGA-ANE-PKG-010 Inline Network Emulator package. License for supported rates 1GbE (optical and copper 1GbE) and below. 1 TSVR-10G-SFPRJ45-F 10G copper SFP+ transceiver module. Supports 10BASET, 100BASE-TX, 1000BASE-T, 2.5GBASE-T, 5GBASE-T, 10GBASE-T. 4 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. Where 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. Payment terms Net 30 EFT via WAWF. Shipping terms FOB destination. 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. 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 as well as published pricing. The contractor shall provide documentation from the Original Equipment Manufacturer (OEM) confirming they are an authorized reseller or distributor of the brand-name item(s) quoted. Offers submitted without such documentation may not be considered for award. 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 6 January 2026, no later than 12:00 p.m. EST. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to Diana.m.moses4.civ@us.navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017826Q6654 in the subject line. Attachments � -SF1449: Solicitation for Commercial Items -Requirements List
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1fa9bf80242242d7be613020d1a71ab4/view)
- Place of Performance
- Address: Dahlgren, VA 22448, USA
- Zip Code: 22448
- Country: USA
- Zip Code: 22448
- Record
- SN07669169-F 20251219/251217230037 (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 |