Skip to content
Department of Defense

PCB Fabrication - 15 boards with assemblies labor and components.

Solicitation: N00173-26-Q-1301329302
Notice ID: 0857aaca8a3f4496affec3ff49688086
TypeCombined Synopsis SolicitationNAICS 334412PSC3670Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedFeb 26, 2026, 12:00 AM UTCDueMar 05, 2026, 08:00 PM UTCCloses in 8 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Mar 05, 2026. Industry: NAICS 334412 • PSC 3670.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N00173-26-Q-1301329302. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334412 (last 12 months), benchmarked to sector 33.

12-month awarded value
$8,165,987
Sector total $20,914,594,097 • Share 0.0%
Live
Median
$81,785
P10–P90
$29,842$369,585
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($8,165,987)
Deal sizing
$81,785 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • 20375 United States
State: DC
Contracting office
Washington, DC • 20375-5328 USA

Point of Contact

Name
Marche Hampton
Email
Marche.t.Hampton.civ@us.navy.mil
Phone
2029231386

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
ONR
Office
ONR NRL • NAVAL RESEARCH LABORATORY
Contracting Office Address
Washington, DC
20375-5328 USA

More in NAICS 334412

Description

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
This is a combined synopsis/solicitation for commercial items prepared in accordance
with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined
Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with
additional information included in this notice. This announcement constitutes the only
solicitation; quotations are being requested, and a written solicitation document will not
be issued.
This solicitation is a Request for Quotations (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through Federal Acquisition
Circular (FAC) 2025-06 Effective: 10/01/2025
The associated North American Industrial Classification System (NAICS) code for this
procurement is 334412
The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement
is 3670
The Naval Research Laboratory (NRL), located in Washington, DC, is seeking to
purchase: PCB Fabrication - 15 boards with assemblies labor and
components.
All interested companies shall provide quotations for the following:
See specification attachment
Supplies: BRAND NAME OR EQUAL.
Items must be brand name or equal in accordance with FAR 52.211-6.
Software/Hardware/Services:
This procurement is for new equipment ONLY, unless otherwise specifically stated. No
remanufactured or "gray market" items are acceptable. All equipment must be covered
by the manufacturer's warranty.
• Vendor shall be an Original Equipment Manufacturer (OEM), an OEM authorized dealer,
an authorized distributor, or an authorized reseller for the proposed equipment/system
such that OEM warranty and service are provided and maintained by the OEM. All
software licensing, warranty, and service associated with the equipment/system shall be
in accordance with the OEM terms and conditions
• Offerors are required to submit documentation from the manufacturer stating that they
are an authorized distributor for the specific items being procured.
Note: Maintenance Renewals - The performance period for maintenance renewals,
(software licenses, services, etc.), must begin on or after the date of contract award. The
performance period cannot be back dated. If reinstatement fees are required, they must
be listed on separate line items.
Delivery Address:
X U.S. Naval Research Laboratory
4555 Overlook Avenue, S.W.
Bldg. 49 - Shipping/Receiving
Code 3400
Washington, DC 20375
U.S. Naval Research Laboratory
7 Grace Hopper Avenue,
Bldg. 702
Monterey, CA 93943-5502
U.S. Naval Research Laboratory
7 Grace Hopper Avenue, Stop 2
Bldg. 704
Monterey, CA 93943-5502
US Naval Research Laboratory
Stennis Space Center
Bldg. 2406, Code 7035.2
Stennis Space Ctr., MS 39529-5004
**FOB DESTINATION IS THE PREFERRED METHOD**
Estimated Delivery Time:
For FOB ORGIN, please provide the following information:
FOB Shipping Point:
Estimated Shipping Charge:
Dimensions of Package(s):
Shipping Weight:
SUBMISSION INSTRUCTIONS:
All Quoters shall submit 1 (one) copy of their technical and price quote.
Include your company DUNS Number and Cage Code on your quote.
All quotations shall be sent via e-mail.
GOVERNMENT POINT OF CONTACT
Purchasing Agent Name: Marche Hampton
Email:Marche.t.hampton. us.navy.mil
Please reference this combined synopsis/solicitation number on your correspondence
and in the "Subject" line of your email.
ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA
EMAIL.
System for Award Management (SAM). The government intends to award a purchase
order as a result of this combined synopsis/solicitation that will include the terms and
conditions set forth herein. Award may be made without discussions or negotiations,
therefore prospective contractors shall have an active registration in the System for
Award Management (SAM) database (www.sam.gov) in accordance with Federal
Acquisition Regulation (FAR) Part 4.1102 and Part 52.204-7 when submitting a
response to this solicitation.
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:
Lowest Price Technically Acceptable - Offers will be ranked lowest to highest
according to price. A price analysis will be conducted to determine whether the lowest
price will result from a single award or multiple awards. Based on the price analysis, the
lowest price offer or multiple offers, will be forwarded to the requiring activity for
technical evaluation (offer(s), in accordance with the specifications, will be deemed
either technically acceptable or technically unacceptable). If the lowest price offer or
offers is found technically acceptable and the pricing determined fair and reasonable by
the Contracting Officer, evaluation will be deemed complete and award will be made
based on the lowest price offer(s). If the lowest price offer is determined technically
unacceptable, another analysis will be conducted amongst the remaining offers to
determine if a single or multiple awards will provide the lowest price. The lowest price
offer(s) will be sent for technical evaluation. This process is repeated in order of price
until an offer or combination of offers is deemed technically acceptable and price is
determined fair and reasonable.
Table A-1. Technical Acceptable/Unacceptable Ratings:
Rating Description
Acceptable Quote meets all the minimum requirements/specifications as
stated or provided in the RFQ specifications.
Unacceptable Quote does not clearly meet the minimum
requirements/specifications as stated or provided in the RFQ
specifications.
Options. When applicable, 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).
Terms and Conditions. To facilitate the award process, all quotes must include a
statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award
document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award
document with the exception, deletion, or addition of the following:"
Exceptions. Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than the response date listed above. Late
submissions shall be treated in accordance with the solicitation provision at FAR
52.212-1(f). E-mailed submissions are accepted and are the preferred form of
submission. Receipt will be verified by the date/time stamp on fax or e-mail

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.