Maintenance of Optic System Sensors
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 Department of the Navy's Fleet Logistics Center Norfolk (FLCN) is conducting market research through a Sources Sought notice to identify qualified and experienced sources for an anticipated Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract. This contract will provide maintenance to optic system sensors supporting meteorological and oceanographic operations globally for the Naval Oceanographic Office (NAVOCEANO). Responses are due by February 24, 2026.
Purpose & Scope
This notice is for planning purposes only and does not constitute a solicitation or commitment to award a contract. The government seeks information to identify industry capabilities for maintaining optic profiling systems. The anticipated scope of work, detailed in a Draft Performance Work Statement (PWS), includes:
- Calibration and repair of optic system sensors and equipment to factory/manufacturer and NIST standards.
- Inspection for physical damage, routine repairs (e.g., sensor cells, temperature probes, connectors).
- Repair of mechanical systems such as cabling, winches, instrument chassis, and deployment cages.
- Handling "Over and Above" maintenance requiring separate proposals for significant component replacement.
- Providing port-side testing support for physical oceanography data collection equipment. Services will be performed at the contractor's facility, with the government responsible for shipping items to the contractor and the contractor for return shipping.
Anticipated Contract Details
- Contract Type: Anticipated Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP).
- Period of Performance: An ordering period of five years (60 months) is anticipated.
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance).
- Place of Performance: Contractor's facility.
Submission Requirements
Interested parties should submit a capability statement, no more than 10 pages using a 12-point font, demonstrating their ability to meet the minimum requirements. Submissions must include:
- Company name, address, point of contact, phone number, and email.
- Contractor and Government Entity (CAGE) Code.
- Business size (e.g., Large Business, Small Business, 8(a), HUBZone).
- Past performance within the last 5 years (including contract numbers, dollar value, and period of performance).
- Any questions or concerns, and other supporting documentation. Generic brochures will not be reviewed.
Submission Deadline & Contact
Responses are due by 10:00 AM on Tuesday, February 24, 2026. Submissions should be emailed to Ms. Ashlee Yawn at Ashlee.K.Yawn.civ@us.navy.mil. Contact Phone: 771-229-3586.
Eligibility / Set-Aside
No specific set-aside is designated for this Sources Sought notice. However, information regarding business size is requested to inform potential future set-aside considerations.
Additional Notes
This notice is issued under FAR Clause 52.215-3. Respondents will not be notified of the results, and the government is not obligated to answer submitted questions. The information provided may be updated or changed prior to an official synopsis/solicitation.