Pattern Generator Kits
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 (NSWC Crane) is soliciting proposals for 500 Pattern Generator Kits (Solicitation N0016426Q0123). This procurement is a Small Business Set-Aside and is for a Firm Fixed Price contract. While the government intends to solicit and negotiate with L3 Technologies, Inc., all responsible sources are invited to submit capability statements for consideration. Offers are due May 6, 2026, at 5:00 PM Eastern Standard Time.
Scope of Work
The primary requirement is for 500 Pattern Generator Kits, specifically Manufacturer's Part Number: MAL-092-A1. Early and/or partial deliveries are acceptable, provided they incur no additional cost to the government.
Contract & Timeline
- Type: Firm Fixed Price
- Set-Aside: Small Business
- NAICS Code: 333310 (Size Standard: 500 employees)
- Product Service Code: 5855 (Night Vision Equipment, Emitted And Reflected Radiation)
- Delivery Due: September 30, 2026
- Offers Due: May 6, 2026, at 5:00 PM Eastern Standard Time
- Published: April 28, 2026
Submission & Evaluation
Offers shall be emailed to joshua.e.tester.civ@us.navy.mil. All required information must be received by the stated due date. The agency will consider capability statements from all responsible sources to determine if a competitive procurement is warranted. Contractors must be properly registered in the System for Award Management (SAM).
Additional Notes
This solicitation is issued pursuant to FAR Part 13. Invoicing and payment will be processed through the Wide Area WorkFlow (WAWF) system. Inspection and Acceptance will occur at the Destination. Interested vendors are responsible for monitoring SAM.gov for any amendments to this solicitation.