Skip to content
Department of Defense

Coated and Uncoated Webbing

Solicitation: N68335-26-Q-1033
Notice ID: 0e963c960729475db8b666ba69511dab
TypeSolicitationNAICS 313220PSC8305Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateNJPostedFeb 03, 2026, 12:00 AM UTCDueFeb 12, 2026, 05:00 PM UTCExpired

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).

12-month awarded value
$964,691,384
Sector total $964,691,384 • Share 100.0%
Live
Median
$107,325
P10–P90
$28,414$4,168,590
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($964,691,384)
Deal sizing
$107,325 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 NJ
Live POP
Place of performance
Cape May Ch, New Jersey • United States
State: NJ
Contracting office
Joint Base Mdl, NJ • 08733 USA

Point of Contact

Name
Danielle Russo
Email
danielle.m.russo4.civ@us.navy.mil
Phone
2405872438

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR NAWC AD • NAVAIR WARFARE CTR AIRCRAFT DIV
Contracting Office Address
Joint Base Mdl, NJ
08733 USA

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.

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.