Defense Compressed Air Test Kits and Testing Services Follow-on
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 Surface Warfare Center, Panama City Division (NSWC PCD) is conducting a Sources Sought (N61331-26-S-NQ10) to identify qualified firms for Defense Compressed Air Test (DCAT) Kits and Testing Services. This effort aims to support the analysis of compressed breathing air for divers, damage control personnel, and aviators globally. This is a Total Small Business Set-Aside market research effort. Responses are due by February 10, 2026.
Scope of Work
The requirement involves providing support for analyzing compressed breathing air, with specific details outlined in the attached DRAFT Statement of Work. The core requirement is not expected to change, though the SOW itself is a draft.
Contract & Timeline
- Type: Sources Sought (N61331-26-S-NQ10)
- Anticipated Contract Type: Firm-Fixed-Price (FFP) Blanket Purchasing Agreement (BPA) or Indefinite Delivery, Indefinite Quantity (IDIQ) contract.
- Anticipated Duration: 12-month base period with four one-year option periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541380, Testing Laboratories (Size Standard: $23.5M)
- PSC Code: B502, Air Quality Analysis
- Response Due: February 10, 2026, 6:00 PM ET
- Published: January 22, 2026
- Incumbent: TRI Air Testing, Inc. (BPA N61331-22-A-0002)
Submission Requirements
Interested firms should submit supporting materials demonstrating capabilities and experience related to the listed tasks. Responses, not exceeding 15 pages, must include:
- CAGE Code
- Sources sought number (N61331-26-S-NQ10) and title
- Firm's name and address
- Business size (average annual revenue for past three years, number of employees, type of small business: 8(a), WOSB, HUBZone, VOSB, SDVOSB)
- Ownership details (including Country of Ownership), SAM information, and DUNS Number
- Number of years in business
- Two points of contact (name, title, phone, fax, e-mail address)
Submissions should be emailed to Mr. Stephen T. Fairbanks (stephen.t.fairbanks.civ@us.navy.mil) and Ms. Courtney Henslee (courtney.i.henslee.civ@us.navy.mil).
Additional Notes
This is a market research announcement for planning purposes only and is not a solicitation. The government is not committed to awarding a contract and will not reimburse for response costs. Respondents will not be notified of evaluation results. The government reserves the right to consider 8(a) competitive or small business set-aside based on responses.