Kontron Processor, Elma Chassis, Chassis NRE, and SWIFT PMC
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 Undersea Warfare Center Division, Newport (NUWCDIVNPT) is soliciting quotes for specific Kontron Processors, Elma Chassis, and IXI Technology SWIFT PMC components under a Firm Fixed Price contract. This procurement is a 100% Small Business Set-Aside and is being conducted on a brand-name-only basis due to technical necessity. Offers are due by April 30, 2026, at 11:00 a.m. EST.
Scope of Work
NUWCDIVNPT intends to award a single Firm Fixed Price order for the following brand-name items, with shipping FOB Destination to Newport, RI 02841:
- CLIN 0001: Swift PMC NTDS Serial D/E (IXI Technology, Part No. SP-04102-000, Qty 6)
- CLIN 0002: cPSB 2.16 4 Slot – 3 w/cPCI, 1FS (Elma, Part No. 107PS11604-0157R, Qty 8)
- CLIN 0003: Processor (Kontron, Part No. 1069-9318, Qty 3)
- CLIN 0004: Dual PMC Carrier (Kontron, Part No. 1053-1149, Qty 6)
The brand-name specification is based on technical necessity, maintaining program schedule, and the unique integration characteristics of these components. Substituting these items would require significant non-recurring engineering, custom software development, and full regression testing, leading to cost-prohibitive consequences and technical risk.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 334112 (Computer Peripheral Equipment Manufacturing), Small Business Size Standard: 1,250 employees
- Response Due: April 30, 2026, at 11:00 a.m. EST (no extensions)
- Published: April 28, 2026
Submission Requirements
Offerors must:
- Quote the specified Brand Name items in the required quantities, including detailed specifications.
- Provide proof of Brand Name Original Equipment Manufacturer (OEM) authorized reseller status. Items must be sourced directly from the OEM or authorized channels.
- Submit quotes and attachments readable by Microsoft Office or Adobe Acrobat.
- Include item prices, shipping costs, delivery terms, point of contact (name, phone, email), CAGE code, DUNS number, and a quote validity date of at least 60 days.
- Active registration with the System for Award Management (SAM) is required prior to award.
- Include signed FAR 52.204-24 representation if not already in SAM.
Evaluation Criteria
To be technically acceptable, offerors must quote the specified Brand Name items in the required quantities and provide proof of OEM authorized reseller status. The Government will verify reseller status prior to award. Partial quotes will be accepted, but full quotes covering all four CLINs will be considered before partial quotes. The award will be made on a brand-name-only basis.
Additional Notes
Incorporated FAR and DFARS provisions and clauses apply, including those related to commercial items, small business, safeguarding covered defense information, and export-controlled items. A Unique Item Identifier (UID) is required for delivered items with a unit acquisition cost of $5,000.00 or more. Preferred payment method is Government Purchase Card; otherwise, payment will be via Wide Area Workflow (WAWF).