Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2026 SAM #8837
SOLICITATION NOTICE

83 -- Coated and Uncoated Webbing

Notice Date
2/3/2026 6:10:01 AM
 
Notice Type
Solicitation
 
NAICS
313220 — Narrow Fabric Mills and Schiffli Machine Embroidery
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-26-Q-1033
 
Response Due
2/12/2026 9:00:00 AM
 
Archive Date
02/27/2026
 
Point of Contact
Danielle Russo, Phone: 2405872438
 
E-Mail Address
danielle.m.russo4.civ@us.navy.mil
(danielle.m.russo4.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0e963c960729475db8b666ba69511dab/view)
 
Place of Performance
Address: Joint Base MDL, NJ, USA
Country: USA
 
Record
SN07704067-F 20260205/260203230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.