Small Business Set Aside for Apex Microtechnology Brand Operational Amplifiers per attachments
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, Naval Surface Warfare Center (NSWC PCD), is seeking quotes for Apex Microtechnology Brand Operational Amplifiers for the AN/AQS-20 Minehunting System. This is a Total Small Business Set-Aside procurement. The requirement is for 39 units of specific operational amplifiers (Part Number PA107DP) to address obsolescence issues. Quotes are due by January 30, 2026, 11 AM Central Time.
Scope of Work
This opportunity is for the procurement of 39 units of Apex Microtechnology brand Operational Amplifiers, specifically Part Number PA107DP. These amplifiers are described as Op Amps Linear OpAmp, 200V, 1.5Acont 5Apeak, 3000V/us, 180MHz, RoHS Compliant By Exemp. The acquisition is critical for the AN/AQS-20 Minehunting System to resolve obsolescence issues. The amplifiers must meet stringent U.S. Navy environmental requirements, including MIL-STD-810E, MIL-S-901D, MIL-STD-167, and MIL-STD-461E.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product/Service Code: 5996 - Amplifiers
- Procurement Method: Simplified acquisition procedures, above micro-purchase threshold, on a brand name basis.
- Justification: A Brand Name Justification identifies Apex Micro Technology as the sole source due to the AN/AQS-20 system's reliance on these specific components. Replacing them would necessitate significant engineering changes, extensive testing, and potential redesign, leading to substantial costs and delays.
- Place of Performance: Panama City Beach, FL 32407, United States.
- Payment: Bidders must be able to invoice through Wide Area Workflow (WAWF).
Submission Requirements & Evaluation
- Quotes Due: January 30, 2026, 11 AM Central Time. Late quotes will not be accepted.
- Submission: Email quotes to kaitlin.h.summerville.civ@us.navy.mil.
- Quote Content: Must include CAGE code, lead time, and a separate line item for shipping if not included in the price.
- Evaluation Factors: Award will be based on Best Value to the government, considering Price, Delivery, Quality, and Past Performance.
- Compliance: Bidders must review all attached documents, including contract clauses (Section I), representations and certifications (Section K), and instructions to offerors (Section L), to ensure compliance with FAR and DFARS clauses, SAM registration, and SPRS use.
Contact Information
- Primary Contact: Kaitlin Summerville (kaitlin.h.summerville.civ@us.navy.mil)
- Secondary Contact: Jamell L. Kilgore (jamell.l.kilgore.civ@us.navy.mil)