NAVIGATION, SEAMANSHIP, AND SHIPHANDLING TRAINER (NSST) SPARES
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, NAWC TRAINING SYSTEMS DIV, is soliciting proposals for Navigation, Seamanship, and Shiphandling Trainer (NSST) Spares. This Total Small Business Set-Aside opportunity seeks a contractor to procure and deliver complete NSST spare kits to multiple Naval installations. Quotes are due by February 20, 2026, at 11:00 AM EST.
Scope of Work
The contractor shall order and deliver complete NSST spare kits as specified in the Statement of Work and Attachment 1, NSST Spares Material List. This includes all brand name components and part numbers. All materials must be new and free of defects, with the exception of EVGA graphics cards (part number 10GP53885KR), for which certified TAA-compliant refurbished cards are acceptable due to obsolescence. The contractor is responsible for managing returns of damaged, defective, or non-compliant material, including arranging return shipping and providing timely replacements. Additionally, the contractor must ensure that vendors include warranty information with each delivered item.
Key Requirements
- Material: Complete NSST spare kits, including brand name components from Attachment 1.
- Quality: All components must be new and free of defects, except for specified refurbished EVGA graphics cards.
- Warranty: Ensure vendor includes warranty information with each item.
- Delivery: FOB Destination. Deliveries require 30-day advance coordination with site POCs, base access for drivers, and liftgate-equipped trucks. Shipping tracking numbers must be provided.
- Identification: DFARS 252.211-7003, Item Identification and Valuation, is applicable, requiring DoD unique identification.
Contract Details
- Type: Firm-Fixed-Price (FFP) purchase order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334111 (Electronic Computer Manufacturing) with a size standard of 1,250 employees.
- Period of Performance: Delivery required within nine (9) months after contract award. Material ordering must occur within 30 calendar days after contract award.
- Product Service Code: 6910 (Training Aids).
Submission & Evaluation
- Submission Method: Quotes must be submitted via email to Mark Johnson (mark.e.johnson106.civ@us.navy.mil) as an MS Word or Adobe PDF attachment.
- Quote Content: Must include solicitation number, offeror's name, address, CAGE code, and telephone number. Contractors must create their own spreadsheet with the Total CLIN Price for each location, including shipping costs.
- Due Date: February 20, 2026, at 11:00 AM EST.
- Evaluation Basis: Lowest Price Technically Accepted (LPTA).
- Technical Acceptability: Meeting all technical requirements in Attachment 1 - Statement of Work, compliance with FAR 19.102(a)(1) and 13 CFR § 121.406, meeting the 9-month delivery date, and active SAM registration with the correct NAICS code.
Place of Performance
Deliveries are required to the following Naval locations:
- Orlando, FL
- Mayport, FL
- San Diego, CA
- Sasebo, Japan
- Norfolk, VA
- Pearl Harbor, HI
- Everett, WA
- Yokosuka, Japan
- Rota, Spain
Contact Information
- Primary Contact: Mark Johnson (mark.e.johnson106.civ@us.navy.mil)
- Secondary Contact: Pablo Barbatto (pablo.n.barbatto.civ@us.navy.mil, 407-380-8142)