Procurement for Three (3) Inertial Navigation Systems
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, Carderock Division (NSWCCD) is procuring three (3) Inertial Navigation Systems (Pack PHINS COMPACT C3 G2 - Exail part number 00208375) through a combined synopsis/solicitation. This is a non-competitive, sole-source procurement. Quotes are due by 11:00 AM EDT on March 30, 2026.
Scope of Work
This requirement is for three fiber optic inertial navigation units, specifically Exail Defense Systems, Inc. part number 00208375. These systems are essential for Code 80 testing at NSWCCD, providing critical data on vehicle movement, rotation, and acceleration. This data is used to characterize the hydrodynamic performance and behavior of Navy vessels, supporting the fidelity and accuracy of simulation tools.
Contract Details
- Type: Firm-Fixed-Price Purchase Order.
- Estimated Value: $252,633.75 total for three units.
- Set-Aside: This procurement is not set-aside for small business.
- NAICS: 334511 (Small Business Standard: 1,350 employees).
- PSC: 6605 (Navigational Instruments).
- Place of Performance/Delivery: NSWC Carderock, Bethesda, MD.
- Estimated Delivery: September 30, 2026.
Justification for Non-Competitive Procurement
The sole-source justification is based on Exail Defense Systems, Inc. being the Original Equipment Manufacturer (OEM) with proprietary technology and exclusive licensing agreements. The current system has been utilized by Code 863 for seven years. Switching to a different manufacturer would incur significant non-recurring costs, estimated at $300,000, for integration and validation, which would negatively impact the fidelity and accuracy of existing simulation tools. Applicable regulations cited include FAR 13.106-1(b)(1)(i) and FAR 8.405-6.
Submission & Evaluation
- Submission Deadline: Quotes must be received no later than 11:00 AM EDT on March 30, 2026.
- Submission Requirements: Responses must include a quote on company letterhead, pricing, CAGE Code, FOB Destination, point of contact, GSA contract number (if applicable), business size, and the quote rounded to the nearest whole dollar.
- Evaluation: The government will evaluate quotations based on Lowest Price Technically Acceptable (LPTA). Factors considered include price, technical capability/approach, conformity to the solicitation, fair and reasonable pricing, and overall advantage to the government.
- Questions: Any questions regarding the solicitation must be submitted by 9:00 AM EST on March 30, 2026, to the primary contact.
Contact Information
Primary Contact: Christopher C. Rolince (christopher.c.rolince.civ@us.navy.mil, 757-513-7247).