Digital Integrated Launch and Recovery Television Surveillance (DILARTS) Systems
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.
Naval Air Warfare Center Aircraft Division Lakehurst, NJ hereby issues the subject solicitation (N6833525R0312) for the manufacturing, testing and delivery including packaging and shipping of Digital Integrated Launch and Recovery Television Surveillance (DILARTS) Parts, Components and interim Spares for CVN Ships in support the PMA-251 Visual Landing Aid (VLA) Programs. The solicitation is for a firm-fixed price Indefinite Delivery Indefinite Quantity contract consisting of five (5) ordering years. This procurement will be conducted as a 100% Small Business Set-Aside under North American Industry Classification System (NAICS) 334310- Audio Video Equipment Manufacturing, with a size standard of 750 employees, with award being made to the Lowest Price Technically Acceptable Offeror. Therefore, it is open to all small businesses that express an interest and possess an approved DD2345 Militarily Critical Technical Data Agreement. See file labeled (Solicitation N6833525R0312) uploaded within the Procurement Integrated Enterprise Environment (PIEE) (link to PIEE posting can be accessed via SAM announcement in the Attachment/Links section below along with directions on how to use PIEE). In accordance with page 2, Section A of (Solicitation N6833525R0312), to receive full Solicitation Package, including Exhibit A and Attachments 1-12 noted within Section J therein, which includes technical data whose export is restricted by the Arms Export Control Act, the contractor must submit a valid, current DD Form 2345 Military Critical Technical Data Agreement to this office via email to Contract Specialist Kelly Gray at kelly.e.gray13.civ@us.navy.mil. The DD Form 2345 must be on file with the United States/Canada Joint Certification Office. For Form 2345 information, contact DLIS in Battle Creek, MI at 800-352-3572 or visit on the web at http://www.dlis.dla.mil/jcp. This website will provide all necessary information concerning certification under the Joint Certification Program. Potential Offerors must be currently registered in in the System for Award Management (SAM). SAM registration information can be found at https://www.sam.gov and is mandatory for consideration. In accordance with Section L of (Solicitation N6833525R0312), all volumes of the proposal shall be submitted electronically through the Solicitation Module of the PIEE at https://piee.eb.mil, no later than 5:30 PM EDT, 5 May 2025. Please note that it is requested that the Past Performance Volume information be submitted 10 days prior to the submission date specified in Block 9 of the SF 33 of the RFP, as stated within Section L, on page 64 of (Solicitation N6833525R0312). See (Solicitation N6833525R0312) and all applicable Exhibits and Attachments for full outline of the solicitation requirements.