LYNX II MCA

SOL #: SPMYM226Q5889Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA MARITIME - PUGET SOUND
BREMERTON, WA, 98314-5000, United States

Place of Performance

Bremerton, WA

NAICS

Direct Health and Medical Insurance Carriers (524114)

PSC

Hazard Detecting Instruments And Apparatus (6665)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 26, 2026
2
Submission Deadline
Mar 27, 2026, 8:00 PM

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).

People

Points of Contact

Vera AndersonPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 26, 2026
LYNX II MCA | GovScope