Heather Wiley
Dahlgren, VA 22448
USA
COMBINED SYNOPSIS/SOLICITATION #: N0017826Q6687 Submitted by: Heather Wiley NAICS Code: 611710 FSC/PSC Code: R699 Anticipated Date to be published in SAM.gov: 02/24/2026 Anticipated Closing Date: 03/05/2026 Contracts POC Name: Heather Wiley Telephone#: 540-742-8742 Email Address: [email protected] PSC/FSC Code and Description: R699- Bus...
View more| Name | Type | Posted | Action |
|---|---|---|---|
| Solicitation - N0017826Q6687.pdf | Feb 24, 2026 | ||
| 0114-03 - Emergenetics Profile - SOW-Redacted.pdf | Feb 24, 2026 | ||
| 0114-03 - Emergenetics Profile - DID DI-MISC-80508B.pdf | Feb 24, 2026 | ||
| 0114-03 - Emergenetics Profile - CDRL A001-Redacted.pdf | Feb 24, 2026 | ||
| 0114-03 - Emergenetics Profile - Reqts List.xlsx | XLSX | Feb 24, 2026 |
Emergenetics Profile
—
The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to procure products/service manufactured by Browning Group International, Inc. DBA Emergenetics International as follows: Emergenetics Profiles. See the attached Requirements List, DID/CDRL, and SOW as applicable.
Browning Group International, Inc. DBA Emergenetics International is located in Centennial, CO.
Without these specific profiles, the EEP cannot host workshops and cannot utilize the existing certifications. There are numerous requests across the Command for the EEP to host Emergenetics® workshops and this demand signal is increasing. Without utilizing the Emergenetics® profiles, the EEP cannot hold Emergenetics® workshops as they are specifically tailored around the profiles. As a result, the NSWCDD will be unable to improve team effectiveness, better understand customer needs and excel as a high-performing learning organization.
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 5 March 2026, no later than 12:00 p.m. EST. Questions and responses regarding this synopsis/solicitation may be submitted by e-mail to heather.r.wiley2.civ@us.navy.mil prior to the RFQ closing. Email should reference Synopsis/Solicitation Number N0017826Q6687 in the subject line.
Attachments –
-Requirements List, DID/CDRL, SOW
-SF1449: Solicitation/Contract/Order for Commercial Items