Federal Contract Opportunity

Last Updated on 30 Jun 2025 at 7 PM
Combined Synopsis/Solicitation
Indian head Maryland

Hydraulic Press

Details

Solicitation ID N00174-25-RFPREQ-10-0113
Posted Date 30 Jun 2025 at 7 PM
Response Date 15 Jul 2025 at 8 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nswc Indian Head Division
Agency Department Of Defense
Location Indian head Maryland United states 20640

Possible Bidders

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Bell Textron Incorporated

Broussard Piney flats Lexington park Amarillo Huntsville Ozark Hurst Fort worth

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Sign up to access Documents

Signup now

This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures for: Hydraulic Press. This solicitation will be competed as Full and Open Competition. This announcement constitutes the only solicitation. Proposals are being requested under Request for Proposals (RFP) no. N0017425Q1012. The NAICS code is 333998 and the business size standard is 700 (# of employees). The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFP incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2024-07 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20251701.

The Government will award a contract resulting from this solicitation to the vendor responsible whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a Lowest Price Technically Acceptable (LPTA). The Government intends to evaluate proposals and award a contract without discussions with bidders. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary.

The provision at FAR clause 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services, 52.212-2, Evaluation - Commercial Items, 52.212-3 Offeror Representation and Certifications-Commercial Products and Commercial Services, 52.212-4, Contract Terms and Conditions-Commercial Product and Commercial Services, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, all apply to this acquisition. Responses received to this RFQ will be evaluated on the Lowest Price Technically Acceptable (LPTA).

Each quotation will be evaluated in strict conformity with the evaluation factors, utilizing written critiques. The evaluation will be based upon the capabilities demonstrated by the prospective contractor in relation to the needs of the project as set forth in the RFQ.

The following factors shall be used to evaluate quotations (in order of importance):

Factors:

  1. Technical Capability: Quotes submitted shall address all requirements/qualified parts included in the RFQ and SOW. The Offerors must provide verification or certification addressing the tonnage capacity in regard to the statement below:

    1. The Offerors shall provide an explanation specifically addressing the machine’s tonnage in whether it can exceed the 0.5 (minimum) up to 42 tons (maximum), in either direction.  The Offeror shall provide an explanation for this technical advantage.  

(2) Price: Quotes must include all applicable costs. Additionally, provide any relevant certifications or qualifications that demonstrate your ability to fulfill the requirements.

Questions/clarification regarding this solicitation must be submitted via email to [email protected], by Monday, July 7th, 2025, 10:00 AM EST. All responses will be provided at COB on Thursday, July 10th, 2025.

Quote packages are due by Tuesday, July 15th, 2025, 04:00 PM EST. Late quotes will not be considered. Please fill in clauses in RFQ as they apply to your business. Quote packages shall be sent to [email protected], and contain a cover sheet that provides the following information:

1. On company letterhead

2. Official Company Name;

3. Lead time for the items

4. Point of contact including name and phone number

5. DUNS number and Cage Code

Similar Opportunities

Indian head Maryland 21 Jul 2025 at 2 PM
Maryland 21 Jul 2025 at 4 AM
Tinker air force base Oklahoma 09 Nov 2025 at 9 PM
Location Unknown 07 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 4 AM

Similar Awards

Location Unknown 18 May 2016 at 12 PM
Location Unknown 01 Dec 2015 at 4 PM
Eglin air force base Florida 26 Feb 2018 at 9 PM
Bethesda Maryland 14 Jun 2012 at 7 PM
Massachusetts 01 Dec 2020 at 3 AM