PD-55-0024; DDG-1000 LBTE RTU Refresh
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) has issued a Sources Sought notice (PD-55-0024) to gather market information for a programmable distributed control system with modular I/O and industrial protocol conversion capabilities. This system is intended for the DDG-1000 Class Engineering Control System (ECS), primarily at the MCS Land-Based Test Environment (LBTE). Responses are due by February 20, 2026, at 06:00 PM EST.
Scope of Work
NSWCPD is seeking information on commercial, modified commercial, or non-commercial product/service solutions for a compact, high-performance distributed I/O system. This system will be used for monitoring, control, and diagnostics of various equipment and devices in process control, instrumentation, and system automation. Key requirements include:
- A programmable distributed control system with modular I/O and industrial protocol conversion capability.
- Product line offerings that fulfill the requirements described in the Statement of Work (SOW).
- Knowledge and assistance in programming, configuring, maintaining, and updating applicable hardware components.
- Anticipated lifecycle for all product line offerings, including procurability, one-to-one replacement availability, and direct/OEM support dates.
- Specific components required include a Distributed I/O Controller (24 VDC, 35mm DIN rail, IEC-61131-3 programming, modular I/O, Ethernet communication with PROFINET IO Controller/Device, TCP/IP, UDP, OPC UA) and an Industrial Communication Protocol Converter (24 VDC, 35mm DIN rail, converting between Industrial Ethernet and PROFIBUS).
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm-Fixed-Price
- Anticipated Material Delivery: Within twenty-four (24) weeks of award.
- Anticipated RFP Issuance: March 2026 on SAM.gov.
- Response Due: February 20, 2026, 06:00 PM EST
- Published: February 10, 2026
- Product Service Code: 7B20 (Hardware, Software, And Other Equipment Needed For Specialized High Performance Computing)
Eligibility / Set-Aside
This is an open market research request. All interested Large and Small Business concerns are invited to respond, including HUBZone, 8(a) Small Disadvantaged Businesses (SDB), and Service Disabled Veteran-Owned Small Businesses (SDVOSB). Respondents must identify their small business socio-economic categories.
Submission & Evaluation
Interested parties must submit a Capability Statement (maximum 10 pages) via email to jenny.e.tomeo.civ@us.navy.mil. The statement must address the contractor's ability to offer required products, provide support, and detail product lifecycles. Responses shall list "N64498-26-SIMACQ-PD-55-0024" in the subject line. This notice is for market research only and does not constitute a Request for Proposal or a commitment by the Government. The Government will not pay for any information received.
Contact Information
- Primary Point of Contact: Jenny Tomeo, jenny.e.tomeo.civ@us.navy.mil