Borescope visual inspection equipment
SOL #: N0010426QX054Solicitation
Overview
Buyer
Dept Of Defense
Dept Of The Navy
NAVSUP WEAPON SYSTEMS SUPPORT MECH
MECHANICSBURG, PA, 17050-0788, United States
Place of Performance
Place of performance not available
NAICS
Other Measuring and Controlling Device Manufacturing (334519)
PSC
Optical Instruments, Test Equipment, Components And Accessories (6650)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Jan 25, 2026
2
Last Updated
Jan 29, 2026
3
Submission Deadline
Jan 31, 2026, 2:00 AM
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 Department of the Navy, specifically NAVSUP WEAPON SYSTEMS SUPPORT MECH, is soliciting quotes for Borescope visual inspection equipment under a 100% Total Small Business Set-Aside. This urgent, time-sensitive "New Buy" requires IPLEX GX SCOPE UNITS and Optical Tip Adapter Models for two ship requirements. Quotes are due by January 30, 2026, at 9:00 p.m. Eastern.
Scope of Work
This solicitation is for the procurement of IPLEX GX SCOPE UNITS and Optical Tip Adapter Models. Key requirements include:
- Equipment: IPLEX GX SCOPE UNIT and Base Unit, plus various Optical Tip Adapter Models.
- Packaging: Military specification packaging and labeling is required.
- Brand Name or Equal: Vendors submitting "Equal" items must demonstrate they meet form, fit, and function. Only new equipment is accepted; no remanufactured or "gray market" items.
- Labeling: Items must be labeled for specific ships: LCS 31 CLEVELAND (DoDAAC: N20260) and LCS 29 BELOIT (DoDAAC N20173).
- CLIN Structure: CLINs 0001 and 0004 combine two items each (Base and Scope units); a single price is required for each combined CLIN.
Contract & Timeline
- Type: Firm Fixed Price (FFP)
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- Delivery: Preferred within 90 Calendar Days from Date of Award.
- Shipping: Free on Board (FOB) destination CONUS.
- Response Due: January 30, 2026, at 9:00 p.m. Eastern (extended by amendment).
- Published: January 29, 2026 (original solicitation published January 25, 2026).
Submission & Evaluation
- Submission Method: Quotes must be emailed to randy.e.stoker.civ@us.navy.mil. No other submission methods will be accepted.
- Quote Validity: Quotes must be valid for a minimum of 90 days.
- Evaluation Factors (highest to lowest priority):
- Price
- Delivery (90 Days or Less is Preferred)
- Past Performance
- Supplier Performance Risk
Eligibility & Notes
- Eligibility: Only small business concerns meeting the size standard for the NAICS code (334519) are eligible. Potential awardees must have an active SAM registration.
- Cybersecurity: A NIST assessment score is required to be posted on PIEE under the vendor’s SAM cage code for a proposal to be considered for award.
- Payment: WAWF submission by the awardee is required for payment.
- DFARS: DFARS provisions 252.225-7035 and 252.225-7036 (Buy American—Free Trade Agreements—Balance of Payments Program) are included.
People
Points of Contact
RANDY STOKER, N774.8, PHONE (717)605-4682, EMAIL RANDY.STOKER1@NAVY.MILPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Jan 29, 2026
Version 1
Solicitation
Posted: Jan 25, 2026