Skip to content
Department of Defense

PCB Fabrication - 15 boards with assemblies labor and components.

Solicitation: N00173-26-Q-1301329302
Notice ID: 65c2af0a4a834be5bbf94fd066172050
TypeCombined Synopsis SolicitationNAICS 334412PSC3670Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedMar 20, 2026, 12:00 AM UTCDueMar 27, 2026, 11:00 AM UTCCloses in 6 days

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Mar 27, 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
$12,221,169
Sector total $42,865,491,847 • Share 0.0%
Live
Median
$294,652
P10–P90
$30,529$1,138,620
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)
+1888%($11,050,455)
Deal sizing
$294,652 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

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2007-0117 (Rev 36)
Open WD
Published Dec 03, 2025District of Columbia
24510
Barber
Base $22.87Fringe $0.00
24540
Beautician (Cosmetologist)
Base $22.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.

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.