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, NUWC DIV NEWPORT, is soliciting proposals for Build-to-print Radar Absorbing Surfaces (RAS) and associated hardware. This is a Combined Synopsis/Solicitation issued as a Total Small Business Set-Aside. The contract will be a Firm Fixed Price (FFP) base year with four one-year options. Proposals are due March 10, 2026, at 12:00 PM EST.
Scope of Work
This opportunity requires the manufacture and delivery of Radar Absorbing Surfaces (RAS) Kits, which are subcomponents for the OE-562A Submarine High Data Rate Antenna (SubHDR) and Low Radar Cross Section Mast (LRCSM) assemblies. Key deliverables include:
- Manufactured Radar Absorbing Surfaces: Model G745256-1 (PN 7010-001) and Model G745256-2 (PN 7010-002).
- RAS Hardware Kit (Part Number G771417).
- First Article Delivery and Testing is an option (Option B).
- All items must be new products, configured/manufactured in-house, and shipped from the US.
Performance standards include hydrostatic testing, focused beam/anechoic chamber testing for Radar Cross Section (RCS), and fit checks. A Certificate of Conformance (CoC) with a mercury-free statement is required for each unit.
Contract Details
- Contract Type: Firm Fixed Price (FFP) base year with four one-year options.
- Period of Performance: Base year plus four option years.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334511, with a small business size standard of 1,350 employees.
- Place of Performance: Contractor's facility.
Submission & Evaluation
- Submission Method: Electronically via email to maria.d.diaz-sotomayor.civ@us.navy.mil.
- Submission Deadline: March 10, 2026, at 12:00 PM EST.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA) basis.
- Technical Acceptability Requirements: Quotes must include all required items, detailed specifications, proof of US shipment, proof of new/in-house manufactured products, and compliance with CMMC Level 2. Negative information in SPRS may render a quote technically unacceptable. Quotes must be valid for at least 60 days.
Special Requirements & Notes
- Cybersecurity: Offerors must be compliant with CMMC Level 2 and adhere to DFARS 252.204-7025.
- Drawings: Drawings are Distribution D and export controlled, requiring a valid JCP certification and a NIST SP 800-171 DoD Assessment score not more than three years old for access.
- Security: Contractor personnel must adhere to 32 CFR Part 117 (NISPOM) and requirements of the attached DD254 for handling Controlled Unclassified Information (CUI) and Covered Defense Information. An Operations Security (OPSEC) program is required.
- Waivers: Waivers for First Article Requirements may be requested if the part was manufactured within the last 5 years, with documentation.
- Payment: Payment will be made via Wide Area Workflow (WAWF).
- Unique Item Identifier (UID): Required for items valued at $5,000.00 or more.