Opportunity
SAM #N0017826Q6728
Sole Source Engineering and Technical Support Services for BAE DIGAR at NSWC Dahlgren
Buyer
NSWC Dahlgren
Posted
April 08, 2026
Respond By
April 14, 2026
Identifier
N0017826Q6728
NAICS
541330
This opportunity involves the procurement of engineering and technical support services for BAE DIGAR systems at the Naval Surface Warfare Center Dahlgren Division (NSWCDD), under the Department of the Navy (NAVSEA). - Government Buyer: - U.S. Navy, Naval Surface Warfare Center Dahlgren Division (NSWCDD), Comptroller C1B - OEM Highlight: - BAE Systems (sole source provider for DIGAR systems) - Vendors: - Only authorized resellers or distributors of BAE Systems may submit quotations; documentation from the OEM is required - Services Requested: - Commercial labor: 500 hours (part number: labor) - Travel support: Two types of trips for two people each - 5-day trip (5 trips, part number: Travel) - 10-day trip (5 trips, part number: Travel) - Products/Part Numbers/Quantities: - 500 hours of commercial labor at $300.30/hour - Five 5-day trips for two people at $5,064.15 per trip - Five 10-day trips for two people at $8,282.40 per trip - Unique Requirements: - Sole source to BAE Systems for DIGAR system support - Services facilitate transition of responsibilities, technical knowledge, and expertise from the previous contractor - All costs, including shipping and freight to Dahlgren, VA, must be included in the quoted price - Firm fixed-price, lowest price technically acceptable basis - Place of Performance and Delivery: - Naval Surface Warfare Center Dahlgren Division, Dahlgren, VA - Delivery and performance at specific NSWCDD facilities - Period of Performance: - 90 calendar days from award receipt - Deliveries accepted Monday through Friday, 7:00 a.m. to 2:30 p.m., excluding government holidays
Description
COMBINED SYNOPSIS/SOLICITATION #: N0017826Q6728
Submitted by: Taylor Embrey
NAICS Code: 541330
FSC/PSC Code: R425
Anticipated Date to be published in SAM.gov: 04/8/2026
Anticipated Closing Date: 04/14/2026
Contracts POC Name: Taylor Embrey
Telephone#: 540-938-9990
Email Address: taylor.r.embrey.civ@us.navy.mil
PSC/FSC Code and Description: R425 – Support- Professional: Engineering/technical
Basis for award:
__ Brand Name or Equal - FAR 6.103-1(d)
X 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 N0017826P6728 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 BAE Systems as follows: Commercial labor and travel. See the attached Statement of Work.
BAE Systems is located in Cedar Rapids, Iowa.
The requiring activity is the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), intends to award on a sole source basis for the following services. This service is required from BAE Systems to facilitate the transition of responsibilities, technical knowledge, and expertise from the previous contractor for continued functionality and support. The required acquisition systems are exclusive to BAE Systems.
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 14 April 2026, no later than 12:00 p.m. EST with an anticipated award date by May 2026. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to taylor.r.embrey.civ@us.navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017826Q6728 in the subject line.
Attachments –
- Redacted SOW
- SF1449: Solicitation/Contract/Order for Commercial Items
- CDRL
- DID
- DD254