Accelerometers
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center (NSWC) Crane is conducting a sole-source procurement for accelerometers and cabling (FSC 6625, NAICS 334419). The Government intends to negotiate with PCB Piezotronics Inc. under FAR 13.106-1, as their products are required to match performance, electrical, and physical specifications of existing equipment. Offers are due May 5, 2026, at 4:00 PM Eastern Time.
Scope of Work
NSWC Crane requires the procurement of:
- Five (5) 4-conductor 10 ft. cables
- Five (5) 4-conductor 30 ft. cables
- Ten (10) adhesive mounting bases
- Ten (10) stainless steel SHCS (screws)
- Eight (8) ICP Triaxial Shock Accelerometers
- Shipping to NSWC Crane, NSWC Lake Glendora Test Facility.
Contract & Timeline
- Type: Sole Source (FAR 13.106-1), Firm Fixed Price
- Set-Aside: Unrestricted, but primarily sole-source to PCB Piezotronics Inc. All responsible sources may submit a capability statement for consideration.
- Solicitation Number: N00164-26-Q-0089
- Published: April 28, 2026
- Offer Due: May 5, 2026, 4:00 PM Eastern Time
- Delivery: Expected within 3 weeks from the date of award.
Evaluation & Submission
Offers will be evaluated based on Low Price Technically Acceptable (LPTA) criteria. Technical acceptance factors include conformance to delivery and past performance, which will be evaluated via the Supplier Performance Risk System (SPRS). A responsive quote requires:
- Signed SF 1449
- Completed 52.211-8 (Time of Delivery)
- All pricing entered on SF 1449 CLINs
- Completed Technical Evaluation Matrix
- Current SAM.gov account
- Proof of OEM authenticity
Offers shall be emailed to Alicia.a.dobbyn.civ@us.navy.mil.
Additional Notes
Contractors must be properly registered in SAM.gov. Amendments to this solicitation will be posted on SAM.gov, and interested vendors are responsible for monitoring the site. Information received from other sources will be considered solely for determining whether to conduct a competitive procurement.