NOTICE OF INTENT TO SOLE SOURCE TO WILCOXON SENSING TECHNOLOGIES PARENT COMPANY
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.
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego (FLCSD) intends to award a firm-fixed-price contract to Wilcoxon Sensing Technologies, Inc., 8435 Progress Drive, Frederick, MD 21701. Under the authority of FAR 13.106-1(b)(1)(i), only one responsible source and no other supplies or services will satisfy agency requirements. The requirement is for four (4) VS-209 Mid-Frequency 4ch Vector Sensors. The requirements for the sensors are as follows (see the attached Statement of Requirements):
- 4-channel acoustic vector sensors (containing a pressure channel and x,y, and z accelerometer (velocity) channels).
- Pressure rated to at least 1000 meters ocean depth (>1500psi).
- Small enough to form factor for convenient integration on human-portable autonomous vehicles (roughly fist-sized).
- Provide a useful velocity channel responses up to at least 7 kHz.
- Natively interface with a navy-owned data aquisition system developed between NPS and NUWC KPT, which is already purposed-built for the Wilcoxon sensor interface using previously purchased government sensor.
The anticipated date of award of this action is on or before 23 January 2026. The applicable NAICS code is 334511.
This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required subscription. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-poiint. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for this purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase.
Capability Statements are due by Wednesday, 21 January 2026 at 3PM Pacific Standard Time (PST). Capability statements shall be submitted by e-mail ONLY as Microsoft Word or Adobe PDF attachment to Gabrielle Custodio gabrielle.a.custodio.civ@us.navy.mil.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.