COMBINED SYNOPSIS/SOLICITATION #: N0017826Q6649 Submitted by: Jessica B. Gallagher NAICS Code: 335313 FSC/PSC Code: 5930 Anticipated Date to be published in SAM.gov: 12/17/2025 Anticipated Closing Date: 12/23/2025 Contracts POC Name: Jessica B. Gallagher Telephone#: 540-742-4098 Email Address: Jessica.b.gallagher2.civ@us.navy.mil Code and Description: 5930 – Switches This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation N0017826Q6649 is issued as a Request for Quotation (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation as indicated in the attached SF1449. The SF1449 form is being utilized to generate the applicable clauses from the Standard Procurement System. This requirement is not eligible for small business set-aside. Material must be TAA compliant. The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to award on a sole source basis for the following products manufactured by Teledyne Qioptiq (formerly Excelitas), Part number SP245-05, Solidtron high voltage (HV) switches. Teledyne Qioptiq (formerly Excelitas) is located in Exton Pennsylvania. The Offeror shall ensure they can provide the requirements listed in the attached Requirements List. The electrical circuit HV architectures in use by the programs have been designed and thoroughly tested to utilize the technical characteristics, parameters, and specifications of the Solidtron HV Switches. A different model or manufacturer’s component would require significant redesign, as well as repeated testing and evaluation, verification and validation, which would add a significant amount of cost and also result in schedule delays. All costs associated with this requirement must be included in the quoted price. This includes shipping and freight to Dahlgren, VA 22448-5114 as well as any tariff or duty charges. No additional costs may be added after award. Where applicable, DFARS 252.225-7013, Duty-Free Entry, will be incorporated. The Government will utilize Simplified Acquisition Procedures (FAR Part 13), and the order will be issued on a firm fixed-price basis. All responsible offerors must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3. Offerors must complete the following representations when the resulting contract is for supplies to be delivered or services to be performed in the United States or its outlying areas, or when the contracting officer has applied FAR Part 19. All offerors may submit a capability statement, proposal, or quotation which shall be considered by the agency. The completion and submission to the Government of an offer shall indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation. An authorized reseller letter must be provided for each manufacturer. The offeror shall provide documentation from the original equipment manufacturer (OEM) verifying that they are an authorized reseller/distributor of the service/product(s) offered. Failure to provide this documentation may result in the offer being deemed nonresponsive. Offers may be rejected if an exception to the terms or conditions set forth in this solicitation is taken. At time of proposal submission please submit any historical data and published pricing. Award will be made based on Lowest Price Technically Acceptable. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). Offerors may obtain information on registration in SAM by calling 866-606-8220, or via the Internet at https://www.sam.gov. Quote is due 23 December 2025, no later than 12:00 p.m. EST with an anticipated award date by 22 January 2026. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to jessica.b.gallagher2.civ@us.navy.mil to the RFQ closing. Please be sure to include Synopsis/Solicitation Number N0017826Q6649 in the subject line. Attachments – -SF18 -Requirements List
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 335313 (last 12 months), benchmarked to sector 33.