Opportunity
SAM #N0017826Q6730
NSWC Dahlgren Solicitation for Brand-Name Network Hardware and Cabling Infrastructure
Buyer
NSWC Dahlgren
Posted
April 07, 2026
Respond By
April 10, 2026
Identifier
N0017826Q6730
NAICS
423690, 335999
This opportunity involves the Naval Surface Warfare Center Dahlgren Division (NSWCDD), under the U.S. Navy, seeking quotations for a large quantity of brand-name network hardware and infrastructure components. - Government Buyer: - U.S. Navy, Naval Surface Warfare Center Dahlgren Division (NSWCDD), Comptroller C1B - OEMs (Original Equipment Manufacturers): - Prysmian Group - Panduit Electrical - Premier Conduit - ABB Carlon - Chatsworth - Hubbell - Brady Co. - Products Requested: - GenSPEED Cat 6A cables (various types, 1000 ft reels, part numbers: 6AP4P24-GN-RGCCAP-FH-VSD, 6AP4P24-S-RDRGCC-APX) - Plenum conduit and adapters (e.g., P-100T-1000, A343F) - Patch cords (Cat 6A, shielded/unshielded, various lengths and colors, e.g., UTP28X3GR, UTP6AX25GR, STP28X1.5MGR, STP28X2MRD) - Patch panels and modules (e.g., CP48WSBLY, CP24WSBLY, CJS6X88TGRDY, CJSK6X88TGRD, CJ6X88TGGR) - Data center cabinets and accessories (e.g., ZA22-A1200-71, HWKF120) - Fiber optic distribution cables (e.g., DX004TWLS9OP, DX012TWLS9OP) - Beam clamps, locknuts, and other mounting hardware (e.g., 3100037PL, MBC25, 88306764) - Label tapes and poly sheeting (e.g., M6C-500-439, S-5455) - Quantities: - Range from single units (e.g., cabinets) to thousands (e.g., 5000 units of fiber cable, 900 modules) - Unique/Notable Requirements: - Only brand-name products from the listed OEMs are acceptable due to compatibility with existing infrastructure - Offerors must be authorized resellers/distributors and provide OEM documentation - All costs, including shipping and delivery to NSWC Dahlgren, VA, must be included - Firm fixed-price, lowest price technically acceptable award - Delivery required within 30 days after order or by specified deadline - Place of Performance/Delivery: - Naval Surface Warfare Center Dahlgren Division, 6220 Tisdale Rd Suite 159 Bldg 125, Dahlgren, VA 22448-5114
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017826Q6730
Submitted by: Amanda Marcella
NAICS Code: 335999
FSC/PSC Code: 6145
Anticipated Date to be published in SAM.gov: 07 April 2026
Anticipated Closing Date: 10 April 2026
Contracts POC Name: Amanda Marcella
Telephone#: 540-742-5001
Email Address: amanda.m.marcella.civ@us.navy.mil
PSC/FSC Code and Description: 6145 – Wire and Cable, Electrical
Basis for award:
X Brand Name - FAR 6.103-1(d)
__ Sole Source - FAR 6.103-1(b)
__ Full and Open - FAR 6.101
__ Total Small Business Set Aside - FAR 19.104-1
This is a combined synopsis/solicitation for commercial items or service prepared in accordance with FAR Part 12 using the publicizing requirements of FAR Part 5.This announcement constitutes the only solicitation. Quotations are being requested and a separate written solicitation will not be issued.
Synopsis/Solicitation N0017826Q6730 is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated in this solicitation are those in effect through the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement as of the date of issuance and are included in the attached SF 1449.
For commercial acquisitions using simplified procedures under FAR Part 12, Buy American applies unless the value exceeds the applicable Trade Agreements threshold, in which case Trade Agreements apply.
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure products/service manufactured by several specific Original Equipment Manufacturers (OEM) to include Premier Conduit, Panduit Electrical, Abb Carlon, Chatsworth, Hubbell, Prysmian Group and Brady Co. for Network Hardware. See the attached Requirements List.
Premier Conduit is located in Erie, PA
Panduit Electrical is located in Cumming, GA
Abb Carlon is located in Portland, TN
Chatsworth is located in Simi Valley, CA
Hubbell, Inc is located in Magaretville, NY
Brady Co is located in Milwaukee, WI
Other manufacturers’ hardware will not be interchangeable with the existing equipment and software and would increase implementation time which would cause a delay to critical projects. The required network hardware is exclusive to each individual manufacturer.
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, and the order will be issued on a firm fixed-price basis.
All responsible offerors shall submit a quotation in response to this solicitation. By submission of a quotation, the offeror represents compliance with the applicable representations and certifications, which are incorporated by reference and completed in the System for Award Management (SAM), as applicable. Submission of a quotation shall constitute the offeror’s unconditional agreement to the terms and conditions of this solicitation. The offeror shall provide documentation from the Original Equipment Manufacturer (OEM) confirming the offeror is an authorized reseller or distributor of the brand-name item(s) quoted. Quotations submitted without such documentation may not be considered for award. Quotations that take exception to the terms and conditions of this solicitation may be rejected.
Offerors are encouraged to submit published pricing, historical pricing data, or other information to support the Government’s price analysis and determination of fair and reasonable pricing. Quotes will only be accepted from authorized re-sellers who have provided a Letter of Authorization. Award will be made on a Lowest Price Technically Acceptable basis.
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.
Proposal is due by 10 April 2026, no later than 12:00 p.m. EST with an anticipated award date by 15 April 2026. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to amanda.m.marcella.civ@us.navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017826Q6730 in the subject line.
Attachments –
-Brand Name Justification-redacted
-Requirements List
-SF1449: Solicitation