1.0 INTRODUCTION
- The Naval Air Warfare Center Weapons Division (NAWCWD) issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement. This Sources Sought Notice is focused on identifying capabilities in the marketplace and resources to support this requirement as well as obtaining related technical information for the procurement of the items listed below.
The envisioned item anticipated to be procured from a contractor as a result of a potential future solicitation is identified below.
Method of issue: Other Than Full and Open (Sole Source: Kitco Fiber Optics Inc.)
DESCRIPTION OF PRODUCT or SERVICES
1. Part Number: MAX-945-NAV-M2042-KIT
NSN: 6650-01-702-8624
2. Part Number: MAX-945-NAV-M2042-UNIT
NSN: 6625017216250
The parts are commercially available. It is the only known technically acceptable part for its application. Only a form, fit, and function identical part will suffice.
- This Market Research tool is being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist.
This is a new requirement.
- The following documents are attached to this Sources Sought Notice:
- Draft Statement of Work
- The following dates are anticipated time frames associated with this requirement:
- Estimated Final RFP Release: FY25 Quarter 4
- Estimated Award Date: FY26 Quarter 1
- Delivery Date: TBD
2.0 DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY.
3.0 PROGRAM BACKGROUND
NAWCWD General Purpose Electronic Test Equipment (GPETE) Engineering Group, provides Life Cycle support and Acquisition means of GPETE for the Navy.
4.0 SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES
These items must be approved by Naval Sea Systems Command (NAVSEA) 04 Test, Measurement, and Diagnostic Equipment/General Purpose Electronic Test Equipment (TMDE/GPETE) Program Office, assigned a Subcategory (SCAT) code, have Instrument Calibration Procedure (ICP) and Integrated Logistics Support (ILS) to include National Stock Number (NSN), Allowance Equipage List, and Allowance Parts List in place prior to shipboard use. Similar items have not been approved by the Navy for the applicable SCAT's intended purpose.
See the attached Statement of Work for specification criteria.
5.0 ELIGIBILITY
- The applicable NAICS code for this requirement is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a Small Business Size Standard of 750 Employees.
- The Product Service Code is 6030, Fiber Optic Devices.
- Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far).
To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government’s capability determination.
6.0 SUBMISSION DETAILS
- Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.
-
- Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not less than 10 point.
- Document Type: Microsoft Word, Adobe PDF, etc.
- Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Andrea Herrera at andrea.herrera12.civ@us.navy.mil
- Response date: Responses are due by 4:00PM PST on 08 JUL 2025.
- No classified information shall be submitted in response to this Sources Sought.
- No phone calls will be accepted.
- All questions must be submitted via email to the Contract Specialist, Andrea Herrera at andrea.herrera12.civ@us.navy.mil
- All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses.
- All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code’s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.