Build-to-print Radar Absorbing Surfaces (RAS)
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 Department of the Navy, specifically NUWC DIV NEWPORT, is soliciting proposals for Build-to-print Radar Absorbing Surfaces (RAS) and associated hardware. This is a Combined Synopsis/Solicitation (RFQ N66604-26-Q-0019) issued as a 100% Total Small Business Set-Aside. The requirement is for manufactured RAS kits, subcomponents for the OE-562A Submarine High Data Rate Antenna (SubHDR) and Low Radar Cross Section Mast (LRCSM) assemblies. Proposals are due by Wednesday, March 25, 2026, at 2:00 PM EST.
Scope of Work
The contractor will manufacture and deliver specific RAS kits (Model G745256-1, G745256-2) and a RAS Hardware Kit (G771417) in accordance with Government Furnished Information (GFI). All items must be new, manufactured in-house, and shipped from the US. First Article delivery and testing may be required (Option B), with waivers possible under certain conditions. Performance standards include hydrostatic testing, radar cross section (RCS) performance testing, and fit checks. A Certificate of Conformance (CoC) is required with each unit.
Contract Details
This will be a Firm Fixed Price (FFP) Purchase Order with a base year and four one-year option periods. The place of performance is the contractor's facility. Test data and reports showing radar absorbing properties must be handled, stored, and transported as SECRET. Unique Item Identifiers (UID) are required for items costing $5,000 or more. Payment will be processed via Wide Area Workflow (WAWF).
Eligibility & Requirements
This opportunity is a 100% Small Business Set-Aside under NAICS Code 334511 (Small Business Size Standard: 1,350 employees). Offerors must be registered in the System for Award Management (SAM). CMMC Level 2 compliance is required, as specified in incorporated clauses. Access to drawings, which are Distribution D and export controlled, requires a valid Joint Certification Program (JCP) certification and a NIST SP 800-171 DoD Assessment score not more than three years old. Contractors must adhere to 32 CFR Part 117 (NISPOM) and maintain an Operations Security (OPSEC) program.
Submission & Evaluation
Proposals must be submitted electronically via email to Maria Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil. The submission deadline is Wednesday, March 25, 2026, at 2:00 PM EST. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical acceptability requires quoting all specified items, providing detailed specifications, proof of US shipment, and proof of new, in-house manufacturing. Past performance will be considered. Quotes must remain valid for at least 60 days.