Safran GPSDO
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 Dahlgren Division (NSWCDD) is soliciting quotations for five (5) Safran Timing Technologies SRO-5680 GNSS-disciplined rubidium oscillators (GPSDOs). This is a Brand Name, Total Small Business Set-Aside acquisition. The requirement includes specific model SRO-5680 E65/LGS/VIB/X/12V units, which feature extended temperature range, ruggedization, improved RF characteristics, and 12V operation. Quotations are due by May 5, 2026, at 2:00 p.m. EST.
Scope of Work
The opportunity is for the procurement of five (5) SRO-5680 E65/LGS/VIB/X/12V GNSS-disciplined rubidium oscillators manufactured by Safran Timing Technologies. These units are critical components for a datalink system. The scope also includes shipping to Dahlgren, VA, with all associated costs (freight, tariffs, duties) to be included in the quoted price. Unique Item Identification (UID) is required per DFARS 252.211-7003.
Contract Details
- Contract Type: Firm Fixed-Price (FFP)
- Acquisition Method: Simplified Acquisition Procedures (SAP)
- Set-Aside: Total Small Business (NAICS 334515, Size Standard 750 employees)
- Basis for Award: Brand Name (FAR 6.103-1(d))
- Delivery: Within 15 weeks from Date of Award
- Place of Performance: Dahlgren, VA 22448
Submission & Evaluation
- Quotation Due: May 5, 2026, 2:00 p.m. EST
- Submission Instructions: Complete blocks 12, 17, 23, 24, and 30 of the SF 1449. Invoices and receiving reports via Wide Area WorkFlow (WAWF).
- Key Requirement: Offerors must provide documentation from the Original Equipment Manufacturer (OEM) confirming authorized reseller or distributor status. Quotations without this documentation may not be considered.
- Evaluation Criteria: Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Offerors are encouraged to submit pricing data to support fair and reasonable pricing.
- Eligibility: Firms must be registered in the System for Award Management (SAM.gov).
Additional Notes
This is a combined synopsis/solicitation (RFQ) issued under FAR Part 12. Questions regarding the solicitation should be submitted via email to Heather Hostinsky (heather.g.hostinsky.civ@us.navy.mil), referencing Synopsis/Solicitation Number N0017826Q6710 in the subject line. The anticipated award date is June 5, 2026.