LYNX II MCA
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 Defense Logistics Agency (DLA) MARITIME - PUGET SOUND is soliciting proposals for LYNX II MCA, specifically the LYNX-II DIGITAL SIGNAL ANALYZER. This is a Small Business Set-Aside for a Firm Fixed-Price supply contract to procure 3 units. The items are to be delivered FOB Destination to Bremerton, WA, with an estimated delivery date of March 31, 2026. Offers are due March 27, 2026, at 1:00 PM PDT.
Scope of Work
This solicitation is for the procurement of 3 units of the LYNX II MCA (LYNX-II DIGITAL SIGNAL ANALYZER), manufactured by MIRION TECHNOLOGIES (CANBERRA), INC. (CAGE 24114), Part Number: LYNX-II. The items will not be connected to any NMCI networks or peripherals. Requirements include compliance with DFARS 252.211-7003 for item identification and valuation, necessitating DoD unique identification.
Contract & Timeline
- Type: Firm Fixed-Price Supply Contract
- Set-Aside: Small Business Set-Aside
- Units: 3
- Delivery Required: March 31, 2026
- Offer Due: March 27, 2026, 1:00 PM PDT
- Published: March 26, 2026
Submission Requirements
Offerors must submit a fully completed and signed solicitation package, including:
- CAGE Code and Facility CAGE Code.
- Company size (Small or Large Business).
- Confirmation of Commercial Item and Commercial-Off-The-Shelf (COTS) status.
- Annotated lead time/delivery date and complete pricing for each CLIN (FOB Destination Bremerton, WA).
- Manufacturer's name, CAGE code, country of manufacturing, and part number for each CLIN.
- Manufacturer's specification sheets and a redacted quote from the manufacturer/distributor.
- Completed representations and certifications.
- Current registration in SAM.gov.
Compliance & Traceability
- NIST SP 800-171: Contractors (awardees) are required to implement NIST SP 800-171 (DFARS 252.204-7019) with a current assessment (not more than 3 years old), unless the items are identified as COTS. COTS items are exempt but must be clearly identified to the contracting officer.
- Traceability: Provide documentation such as a letter from an approved source stating authorized dealer status, or a copy of your Request for Quotation and the original quotation received from the approved source if items are not in stock.
Evaluation & Contact
Award will be based on evaluation factors including Technical, Price, and Performance. Payment will be made via Wide Area Work Flow (WAWF), with a QA 4 - 7 days inspection level. All questions regarding the solicitation must be submitted via email to Vera Anderson (vera.anderson@dla.mil).