Ethernet Recorders
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, Weapons Division (NAWCWD) in China Lake, CA, intends to award a Firm-Fixed-Price (FFP) commercial contract on a sole-source basis to Daqscribe Solutions, LLC for the acquisition of Ethernet Recorders. This is a notice of intent, not a request for competitive proposals. Firms believing they can fulfill the requirement may submit a written response for consideration. Responses are due by March 30, 2026, 4:00 PM PST.
Scope of Work
The requirement is for specific Ethernet Recorder equipment and related services, including:
- 2x: MDR8500-10XG-19T-ADSY1100-A - Ethernet Packet Capture and Record System
- 1x: MDR8500-10XG-CO - One-Time system configuration and management fee
- 1x: MDR8500-10XG-19T-ADSY1100N-A - Internal Hardware
- 5x: MDRv-38T-5 - Spare 38 TB Drives
- 1x: DSS-72 - Software
Contract & Timeline
- Type: Notice of Intent to Award (Sole Source, FFP Commercial Contract)
- Agency: Department of the Navy / Naval Air Warfare Center
- Set-Aside: None specified (Sole Source)
- Response Due: March 30, 2026, 4:00 PM PST
- Published: March 17, 2026
Evaluation
This notice is not a request for competitive proposals. However, any firm believing it can fulfill the requirement may submit a written response. The Government will consider all information received, but a determination not to compete this procurement is solely at the discretion of the Government.
Additional Notes
- Response Content: Submissions must reference solicitation number N6053026PR00414 and include a capability statement detailing the firm's experience, assets, background, and ability to perform without compromising quality, accuracy, reliability, or schedule.
- Cybersecurity Maturity Model Certification (CMMC): A CMMC Level 1 (Foundational) certification is anticipated. Firms disagreeing with this level should provide a detailed rationale and recommend an alternative.
- System for Award Management (SAM): All interested firms must be registered in SAM to be eligible for this contract.
- Contact: Submissions and questions must be sent via email to Anila Paul (anila.paul.civ@us.navy.mil) or Harold Colville (harold.e.colville.civ@us.navy.mil). Telephone responses will not be accepted.