Brand Name Requirement for the Procurement of Superior Access Solutions, INC. Telemetry Multiplexers
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 Air Warfare Center-Aircraft Division (NAWCAD) at Patuxent River, MD, is seeking competitive proposals for the brand name procurement of Superior Access Solutions, INC. Telemetry Multiplexers and associated rack mount kits. This requirement is a Total Small Business Set-Aside and is being pursued under other than full and open competition (41 U.S.C. 3304(a)(1) / FAR 6.302-1(c)). Proposals are due by February 17, 2026, at 2:00 PM EST.
Scope of Work
This acquisition is for the Atlantic Test Range (ATR) Telemetry Branch to support real-time data processing in new mission control rooms. The contractor shall provide:
- 46x Manufacturer P/N: 17893-US, TNP-100 - PCM Telemetry & IRIG IP Multiplexer
- 20x Manufacturer P/N: 17900, Diamond C1 or VNP/TNP - Dual rack mount kit
- 6x Manufacturer P/N: 17901, Diamond C1 or VNP/TNP - Single rack mount kit
- Shipping
The equipment must be interoperable with existing ATR software for TMoIP devices and adhere to the IRIG 218-20 standard. DFARS 252.211-7003 (Item Identification and Valuation) is applicable.
Contract & Timeline
- Solicitation Number: N0042126R0040
- Contract Type: Firm-Fixed Price for Commercial Items
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334118 (Size Standard: 1,000 employees)
- PSC Code: 7G21 (Digital Network Communications Hardware)
- Offer Due Date: February 17, 2026, 2:00 PM EST
- Anticipated Delivery: All items required within 60 days after receipt of order (ARO), with a specific delivery date of April 30, 2026.
- Place of Performance/Delivery: Atlantic Test Range, Patuxent River, MD 20670
Submission & Evaluation
This is a Combined Synopsis/Solicitation, and a written solicitation will not be issued separately. Offers will be evaluated on a Lowest Priced, Technically Acceptable (LPTA) basis in accordance with FAR Part 12. Offerors must provide sufficient technical literature and documentation for assessment. Mandatory Submission Requirements:
- Complete and return fill-in provisions 52.204-24 and 52.204-26 (regarding telecommunications and video surveillance equipment/services).
- Complete blocks 12, 17, 23, 24, and 30 of the solicitation document.
- Provide CAGE Code, UEI #, Payment Terms (NET 30), Pricing details (e.g., catalog copy, how pricing is determined), and Anticipated Delivery.
- Invoicing and payment will be processed through Wide Area WorkFlow (WAWF).
Contact Information
For inquiries, contact Shannon Canada at shannon.m.canada.civ@us.navy.mil.