Slip Ring Follow On
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 Air Warfare Center, Weapons Division, China Lake, CA, intends to procure Slip Ring Capsules and HARNESSED AC6907-1 on an other than full and open competition basis from Moog Inc. Blacksburg Operations. This is a Notice of Intent to award a Firm Fixed Price (FFP) Commercial contract. Firms believing they can fulfill the requirement must submit a written response by April 10, 2026.
Scope of Work
The requirement is for four (4) each Slip Ring Capsules and four (4) each HARNESSED AC6907-1, in accordance with NAWC 80084397_A12M_REVC Slip Ring specifications. These include:
- Three (3) differential low voltage (<5 Volts dc) signals with returns and signal grounds
- One (1) 10Base2 signal with its own shield
- One (1) Giga-bit Ethernet
- One (1) 16-vdc power and return with Chassis Ground to 10 amps
Contract & Timeline
- Type: Firm Fixed Price (FFP) Commercial contract (intended)
- Opportunity Type: Sources Sought / Notice of Intent
- Set-Aside: Other than full and open competition (intended sole source to Moog Inc.)
- Response Due: April 10, 2026, 23:00 UTC
- Published: March 20, 2026
Evaluation
This notice is not a request for competitive proposals. However, any firm that believes it can fulfill the requirement may submit a written response. The agency will consider these responses.
Additional Notes
Interested firms must reference solicitation number N68936-26-RFPREQ-D550000/E550000-0044 and provide a capability statement demonstrating experience, assets, background, and ability to perform the work without compromising quality, accuracy, reliability, and schedule. Firms must be registered in the System for Award Management (SAM) at https://sam.gov/. Responses should be submitted via e-mail to the listed points of contact.