Federal Contract Opportunity

Last Updated on 30 Jun 2025 at 6 PM
Combined Synopsis/Solicitation
Lakehurst New jersey

Survitec Tooling/F35 JSF

Details

Solicitation ID N6833525Q0295
Posted Date 30 Jun 2025 at 6 PM
Response Date 16 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navair Warfare Ctr Aircraft Div
Agency Department Of Defense
Location Lakehurst New jersey United states

Possible Bidders

Boeing Company The

Renton Shreveport Springfield Seal beach Albuquerque Lanham Arlington Houston Anaheim Heath Philadelphia Hazelwood Denton Canoga park Ridley park Wichita Sunnyvale Kihei El segundo Seattle Clearfield Layton Herndon Oklahoma city Long beach Huntington bea Saint charles Richardson Newark Bangor Colorado springs Mesa Kennedy space center Saint louis Huntington beach Corinth Fairfax Chantilly Annapolis junction Huntington be Hill afb New orleans Aurora Jacksonville Downey Tukwila Chicago Kent Fort walton be Titusville Huntsville Palmdale Fort walton beach

Honeywell International Incorporated

Cockeysville Albuquerque Strongsville Metropolis Chesterfield Melville Cheshire New hyde park South bend Teterboro Wichita Largo Buffalo Suffield Redmond Sacramento Colonial heights Miami Honolulu Miramar Poway Metairie Tampa Danville Greer Hayward Kansas city Morris plains Bellevue Colonial heigh Tempe Mc lean Columbus Renton San antonio Charlotte Albany Anchorage Troy Fort washington Torrance Golden valley Boyne city Elizabeth Atlanta Olathe Mclean Earth city Dublin Fort lauderdal Saint louis Kingman Guaynabo Clearwater Chicago Portland Duluth Los angeles Sarasota Anniston Houston South hackensack Birmingham Morristown Vancouver Aguadilla Westbrook Tucson Broomfield Danbury Morrisville Northford Stratford Sioux falls Lakewood Freeport Fort lauderdale Santa clara West columbia Minneapolis Plymouth Phoenix Glendale Woonsocket Cleveland Rocky mount Oklahoma city San diego Richmond Saginaw Fort washingto Salt lake city Syosset Indianapolis Englewood Burbank Fargo Oak creek Omaha

Covan World-wide Moving Incorporated

Nashville Woodbridge Belton Theodore Kapolei New bern Midland city Ozark Manhattan Birmingham Fayetteville Hampton Pensacola Valparaiso Dothan San diego Colorado springs Petersburg Jacksonville Hilo Corpus christi El paso Augusta Columbus Omaha Panama city Norfolk

Ace Engineering Incorporated

La verne Ontario Los angeles

Sign up to access Documents

Signup now

Sam Description

TL Tooling

N68335-25-Q-0295

The Naval Air Warfare Center – Aircraft Division, Lakehurst (NAWCAD LKE) has a requirement for TL Tooling. See Attachment A for the complete part list. This limited competition will be between Survitec/RFD Beauford Inc (CAGE: 074V1) and their authorized distributors using FAR Part 12 and FAR Part 13 procedures.

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.  The following factors shall be used to evaluate offers:

Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price.  The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Description; and, 2) Price.

1. Technical Description: The Government will evaluate whether the quoter has included a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, including the attached parts list.  Quotations that do not include a technical description of the items being offered or do not include a technical description of the items being offered in sufficient detail to evaluation compliance with the requirements in the solicitation, including the attached parts list will not be considered for award.

2. Price: The Government will evaluate price for reasonableness.

Award will be made to the lowest price responsible Offeror that is deemed Eligible for award. Eligibility shall be determined by the following: (1) Demonstration that the offeror is an authorized distributor of the identified brand name manufacturers. Acceptable demonstration is as follows: Prime level offerors shall provide written documentation from the Original Equipment Manufacturer that their company or their subcontractor is authorized to distribute the required equipment. AND (2) Offeror provides an exact match of the part numbers listed in Attachment 001 of this solicitation.

The total evaluated price will be the sum of all CLINs at the maximum quantity for each part number on the parts list for all Ordering Years. The proposed prices will be evaluated to determine if the Offeror’s prices are fair and reasonable.

The Government may award a contract on the basis of initial offers received, without discussions.  Therefore, each initial offer should contain the Offeror’s best terms from a price and technical standpoint.  However, if considered necessary by the Contracting Officer, discussions will be conducted with only those offerors determined necessary to ensure efficient competition.

   (b) Options. If Options are applicable to this requirement, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

   (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Delivery shall be FOB Destination (FAR 52.247-34). Early deliveries are acceptable at no additional cost to the Government. The anticipated delivery date is 60 days after receipt of order and ship to address is as follows:

NAVAIR Warfare CTR Aircraft DIV LKE

HWY 547

BLDG 148, MCC1

Lakehurst, NJ 08733

Note that this is strictly a limited competition between Survitec/RFD Beauford Inc and their authorized distributors.

Vendors that are not the original end manufacturer will be required to demonstrate their capacity as an authorized distributor for their quote to be considered for award.

The Government will consider all responses received within fifteen days after the date of publication of this synopsis. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No solicitation will be available for this procurement.

The offeror certifies that they will deliver items no later than 90 days after the receipt of an order. [Note: earlier delivery at no additional charge to the Government is acceptable and encouraged].  Shipping must be Free on Board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. All applicable shipping costs should be included in the unit prices of the equipment. Payment Terms shall be NET 30.

The offeror certifies that the quote will be valid for 90 days.

By responding to this combined synopsis & solicitation, the Offeror certifies that that they can meet the following requirements as part of the Government’s responsibility determination and can provide justification/substantiation if requested: The vendor does have adequate resources to perform the contract, or the ability to obtain them (see FAR 9.104-3(a)); the vendor does have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See FAR 9.104-3(a)); the vendor does have the necessary production and technical equipment and facilities, or the ability to obtain them (see FAR 9.104-3(a)); and, the vendor is able, to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments.

The tools of this solicitation are subject to, and shall be in accordance with, the Buy American Act and Berry Amendment. The resulting contract will contain clauses 52.225-1,

252.225-7012, and 252.225-7015 as appropriate.

All deliverables must be compliant with FAR 52.219-14 Limitations on Subcontracting. FAR 52.204-24, FAR 52.204-27, and DFARS 252.225-7007 apply.

Please submit a Firm-Fixed-Price proposal pursuant to the terms and conditions of this combined synopsis and solicitation N68335-25-Q-0295 to this office on or before 16 July 2025, via email to: [email protected]. If you need any additional information regarding the above, please contact Jacob Zucker at [email protected]

If this requirement is a commercial requirement as defined by FAR 2.101, the Commercial Item Checklist shall be filled out and submitted with the proposal.

DFARS Clause 252.211-7003, Item Identification and Valuation may apply to this procurement.  Any end items that have a unit acquisition cost of over $5,000 shall have the clause applied.

As of 13 August 2020, Section 889 of Public Law 115-232, “Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment,” Part B, took effect. The FAR Case 2019-009 rule prohibits the Government from contracting with an entity that uses certain telecommunications equipment or services produced by the entities listed in the statute. As a result of the above, the Clauses and Provisions associated with this rule are applicable to the resultant Delivery Order.

As of 03 February 2021, interim Defense Federal Acquisition Regulation Supplement (DFARS) rule 2019-D041, Assessing Contractor Implementation of Cybersecurity Requirements, which was effective 30 November 2020. The interim rule amends the DFARS to incorporate requirements for assessment of contractor implementation of cybersecurity requirements and to enhance the protection of unclassified information within the DoD supply chain via the National Institute of Standards and Technology Special Publication (NIST SP) 800-171 DoD Assessment Methodology and the Cybersecurity Maturity Model Certification (CMMC) framework.

As a result of the above, the requirements referenced in Provision 252.204-7019, Notice of NIST SP 800- 171 DoD Assessment Requirements (NOV 2020); and Clauses 252.204-7020, NIST SP 800-171 DoD Assessment Requirements (NOV 2020) and 252.204-7021, Cybersecurity Maturity Model Certification Requirement (NOV 2020) are applicable to the resultant contract. A current NIST SP 800-171 DoD Assessment must be posted in the Supplier Performance Risk System (SPRS), which will be reviewed prior to contract award.

The proposal shall be submitted electronically, ensuring that any electronic version of spreadsheets are Excel compatible, as applicable with formulas and links active, including any subcontracted work, to this office.

It is important to note this combined synopsis & solicitation shall not be construed as obligating the Government to award a contract or authorizing work to commence and shall not serve as a basis for any future claims against the government.

Please note that the offeror’s SAM.gov entity registration needs to be active in order for the offeror to be able to receive an award.

All questions regarding this effort should be addressed to Jacob Zucker at [email protected]

Attachment A: Parts List.

Similar Opportunities

Location Unknown 08 Jul 2025 at 4 AM
Philadelphia Pennsylvania 21 Jul 2025 at 4 AM
Mechanicsburg Pennsylvania 18 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 28 Jul 2025 at 8 PM
Location Unknown 07 Jul 2025 at 4 AM

Similar Awards

Lakehurst New jersey 20 May 2016 at 4 PM
Lakehurst New jersey 05 Oct 2016 at 7 PM
Lakehurst New jersey Not Specified
Lakehurst New jersey Not Specified
Lakehurst New jersey Not Specified