Coated and Uncoated Webbing
Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: NJ. Response deadline: Feb 12, 2026. Industry: NAICS 313220 • PSC 8305.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
Amendment 001 (03 February 2026) - Correct language from "attachment 001 CLIN structure spreadsheet" to "Attachment 0001 SOW and Requested Drawings".
Solicitation
N68335-26-Q-1033
Coated and Uncoated Webbing
Naval Air Warfare Center Aircraft Division Lakehurst, NJ
__________________________________________________________________________
I. Description of Requirement
The Naval Air Systems Command (NAVAIR), Lakehurst, NJ has a requirement to procure the following:
Nomenclature
- Coated Webbing, No Splices, 1-3/4”Wide - P/N: 3491AS2311-300-0 - NSN: N/A - QTY: 300 Rolls
- Uncoated Webbing, No Splices, 1-3/4” Wide - P/N: N/A - NSN: N/A - QTY:1000 Rolls
The Government intends to procure the above items through a total small business set-aside.
Offeror certifies that they will deliver items no later than 150 days after the receipt of the award. Delivery shall be made to the Naval Air Warfare Center, Lakehurst, NJ.
Offeror submitting quotations shall submit such quotations valid ninety (90) days after the date of quotation submission.
The resultant contract will be a firm-fixed-price contract.
Solicitation Instructions: (i) This solicitation is issued as a Request for Quotation (RFQ) in accordance with FAR Part 13 solicitation number N68335-26-Q-1033. (ii) The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01. (iii) See attachment 001 Statement of Work / CLIN Structure for the list of line items, quantities and units of measure. The associated North American Industrial Classification System (NAICS) code for this procurement is 313220. (iv) The drawings for this requirement are subject to export controls. In order to receive the drawing package for this effort, a vendor must provide a copy of their current DD Form 2345. (v) The specific items for this requirement can be found in the attachment 001 SOW and requested Drawings. (vi) FOB point is destination as well as inspection and acceptance. Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges.
(a)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:
1. The Offerors will be required to provide all part numbers in accordance with the Descriptions and Part Numbers in Attachment 001 of this solicitation. Each Offeror will either be Eligible or Ineligible for award. If an Offeror does not provide the entire list of items, the Offeror will be deemed Ineligible for award.
2. Award will be made to the lowest price responsible Offeror that is deemed Eligible for award. Eligibility shall be determined by the following: Offeror provides an exact match of the part numbers listed in attachment 001 SOW and requested Drawings.
The total evaluated price will be the sum of all CLINs for each part number listed in the attachment 001 SOW and requested drawings. The proposed prices will be evaluated to determine if the Offeror’s prices are fair and reasonable.
The Government intends to evaluate proposals and award the contract without discussions as described in FAR 52.212-1(g); and will evaluate each offer on the basis of the Offeror’s initial offer. Therefore, the initial offer shall contain the Offeror’s best terms. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.
FAR 52.203-3: Gratuities
FAR 52.203-6: Restrictions On Subcontractor Sales To The Government (JUN 2020) -- Alternate I
FAR 52.203-12 Limitation On Payments To Influence Certain Federal Transactions
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights
FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
FAR 52.204-7: System for Award Management
FAR 52.204-13: System for Award Management Maintenance
FAR 52.204-21: Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-24: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
FAR 52.204-27: Prohibition on a ByteDance Covered Application
FAR 52.209-7: Information Regarding Responsibility Matters
FAR 52.223-5: Pollution Prevention and Right-to-Know Information
FAR 52.225-18: Place of Manufacture
FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation
FAR 52.227-1: Authorization and Consent
FAR 52.227-2: Notice And Assistance Regarding Patent And Copyright Infringement and Certifications.
FAR 52.229-3: Federal, State And Local Taxes
FAR 52.232-39: Unenforceability of Unauthorized Obligations
FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors
52.240-1: Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities
FAR 52.242-13: Bankruptcy
FAR 52.252-2: Clauses Incorporated By Reference
DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7003: Agency Office of the Inspector General
DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003: Control Of Government Personnel Work Product
DFARS 252.204-7007: Alternate A, Annual Representations and Certifications
DFARS 252.204-7008: Compliance With Safeguarding Covered Defense Information Controls
DFARS 252.204-7009: Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information
DFARS 252.204-7016: Covered Defense Telecommunications Equipment or Services – Representation
DFARS 252.204-7017: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation
DFARS 252.204-7018: Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.209-7004: Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism
DFARS 252.211-7003: Item Unique Identification and Valuation
DFARS 252.211-7008: Use of Government-Assigned Serial Numbers
DFARS 252.215-7008: Only One Offer
DFARS 252.215-7013: Supplies and Services Provided by Nontraditional Defense Contractors
DFARS 252.217-7026: Identification of Sources of Supply
DFARS 252.223-7008: Prohibition of Hexavalent Chromium
DFARS 252.225-7001: Buy American And Balance Of Payments Program—Basic
DFARS 252.225-7002: Qualifying Country Sources As Subcontractors
DFARS 252.225-7007: Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies
DFARS 252.225-7008: Restriction on Acquisition of Specialty Metals
DFARS 252.225-7009: Restriction on Acquisition of Certain Articles Containing Specialty Metals
DFARS 252.225-7012: Preference For Certain Domestic Commodities
DFARS 252.225-7013: Duty-Free Entry—Basic
DFARS 252.225-7048: Export-Controlled Items
DFARS 252.226-7001: Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7006: Wide Area Workflow Payment Instructions
DFARS 252.232-7010: Levies on Contract Payments
DFARS 252.243-7001: Pricing Of Contract Modifications
DFARS 252.243-7002: Requests for Equitable Adjustment
DFARS 252.246-7007: Contractor Counterfeit Electronic Part Detection and Avoidance System
DFARS 252.246-7008: Sources of Electronic Parts
The textiles 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.
Additional requirements: Quotes are due by 12:00pm EDT, 12 February 2026 to Danielle Russo at danielle.m.russo4.civ@us.navy.mil. Please see attachments for the Parts List. All proposals shall meet all requirements as outlined in the attached Parts List. Proposals shall include price, be “FOB: Destination”, with inspection and acceptance at “destination.” Please note that the offeror’s SAM.gov entity registration needs to be active at the time of proposal submission through award in order for the offeror to be able to receive an award. Hard copies of this Solicitation and Amendments will NOT be mailed to the contractors. The Government will accept only electronic proposals.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.