CENA Probe Kits
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, JSF Division is conducting a Sources Sought / Request for Information (RFI) to identify potential sources capable of providing electromagnetically hardened CENA probe kits (Part Number: CENA-I-PRBA-07) for field use. This market research aims to gather information on existing capabilities for these specialized electrical and electronic testing instruments. Responses are due February 2, 2026.
Scope of Requirement
The government requires CENA probe kits that function as a hand-held test tool with a ruggedized laptop to measure reflection loss and convert it to an impedance value. Key specifications include:
- Impedance Range: 0 to 100 Ohms (±4% tolerance).
- Operating Frequency: 7 GHz to 14 GHz.
- Performance: 3 dBm output power, 20 sweeps in 2 seconds, minimum 181 data points per sweep, averaging 20 sweeps for final value.
- Interface: USB connection for power and data.
- Environmental: Operable in up to 200 V/meter EMI environments and shipboard conditions.
- Portability: Total system weight (tool, laptop, case) not to exceed 60 lbs, designed for single-person operation.
- Certifications: CE Certified and C1D2 compliant.
- Protection: Probe must include interface protection for sensitive surfaces.
Requested Information
Interested companies should provide:
- Administrative Details: Company name, CAGE code, address, contact information, and business type.
- Capability Details: Specifics on existing products or capabilities that meet the outlined specifications, including whether the capability is commercial, modified-commercial, or non-commercial. Companies should also state their status as an OEM, authorized manufacturer, or distributor, providing proof of authorization if applicable. Alternative solutions are encouraged.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: February 2, 2026, by 22:00 UTC
- Published: January 26, 2026
Additional Notes
This is solely for information and planning purposes and does not constitute a solicitation or an offer to form a binding contract. The government will not reimburse costs incurred by respondents. Proprietary information should not be submitted without prior approval and specific handling instructions. Failure to respond does not preclude participation in any future associated solicitation.