Man Overboard Indicator (MOBI) System
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 Surface Warfare Center Philadelphia Division (NSWCPD) is conducting market research for the continued installation, validation, and lifecycle support of Man Overboard Indicator (MOBI) systems on U.S. Navy ships. This effort is anticipated to be awarded on a sole source basis to BriarTek Incorporated. NSWCPD seeks capability statements from interested firms to assess market capabilities for providing these critical supplies and services. Responses are due by 3 PM EST on January 26, 2026.
Scope of Work
The requirement includes providing MOBI transmitters (TX-104, TX-106), receivers (RX-103), various antennas (DF-A101, HHDF, ORCARX-ALKHLX103, ORCARX-GA102A), displays (DF-D101), Power Supply, and associated support services. These services encompass verification/validation, system grooming, inspections, assessments, personnel training, maintenance, system repairs, and installation support through Ship Alterations (SHIPALTs), Ship Change Documents (SCDs), and Boat Alterations (BOALTs). Other support includes system integration, Electromagnetic Interference (EMI) testing, provisioning of MOBI hardware to the Fleet, integrated logistics support (ILS) modifications, and one-per-person transmitter testing and evaluation.
Contract Details
The Government intends to award a Firm-Fixed-Price (FFP) Supply / Cost-Plus-Fixed-Fee (CPFF) Service Indefinite-Delivery-Indefinite-Quantity (IDIQ) single award contract vehicle. The anticipated period of performance is five (5) years, expected to begin in September 2026. This procurement is planned as a sole source to BriarTek Incorporated, citing 10 U.S.C. 3204(a)(1) (Only One Responsible Source). The incumbent contractor is BriarTek (Contract N64498-19-D-4033). The Product Service Code (PSC) for this effort is R426 (Engineering Services), and the NAICS code is 541330 (Engineering Services).
Submission Requirements
Interested businesses should submit capability statements, not exceeding five (5) double-spaced, single-sided pages. Submissions must include:
- An introduction with the Sources Sought Number and Title.
- A corporate description (company name, address, ownership, POCs, CAGE Code, DUNS Number).
- One example of past/current performance within the last three years, detailing contract information and relevance.
- Detailed technical responses addressing tasks in the Draft Statement of Work, including capabilities, employee qualifications, and ability to obtain UNCLASSIFIED security clearances.
Key Dates & Contacts
- Capability Statement Due: January 26, 2026, by 3 PM EST.
- Anticipated RFP Release: April FY2026.
- Anticipated Award: September FY2026.
- Submission Method: Electronic submission via email to Tynise.s.cain.civ@us.navy.mil with the subject line "LOQM Sources Sought."
- Primary Contact: Tynise Cain (tynise.s.cain.civ@us.navy.mil).
- Secondary Contact: Edward D'Imperio (edward.r.dimperio.civ@us.navy.mil).
This notice is for informational and market research purposes only and does not constitute a Request for Proposal.