Small Business Set Aside for Sonardyne Brand INS Components 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) Panama City Division, is soliciting quotes for Sonardyne Brand INS Components. This is a Total Small Business Set-Aside procurement for specific SPRINT-Nav U 1k and Mounting Ring Kit components. Award will be a firm fixed-price purchase order based on best value. Quotes are due by March 4, 2026, at 11 AM Central Time.
Scope of Work
This opportunity requires the provision of specific Sonardyne brand Inertial Navigation System (INS) components:
- SPRINT-Nav U 1k (Product Number: 8358-1511)
- Sprint-Nav U Mounting Ring Kit (Product Number: 650-0198)
The brand name justification highlights that NSWC PCD currently uses similar Sonardyne SPRINT-Nav U systems, and personnel have extensive experience with its software and hardware. Acquiring a different brand would lead to significant delays and increased costs due to new software vetting and additional training.
Contract & Timeline
- Contract Type: Firm Fixed-Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6605 - Navigational Instruments
- Place of Performance: Panama City Beach, FL 32407
- Quotes Due: March 4, 2026, 11 AM Central Time
- Published Date: February 27, 2026
Submission Requirements
Offerors must email quotes to kaitlin.h.summerville.civ@us.navy.mil by the deadline. Quotes must include:
- CAGE code
- Lead time
- Ability to invoice through Wide Area Workflow (WAWF)
- A separate line item for shipping if not included in the price. Late quotes will not be accepted.
Evaluation Factors
Award will be based on the Best Value to the Government, considering:
- Price
- Delivery
- Quality
- Past Performance (including SPRS past performance)
The acquisition will utilize simplified acquisition procedures.
Key Contract Clauses & Information
Bidders must review the attached clauses document (C12. Clauses-Supply.pdf) which details:
- FOB Origin and FOB Destination requirements.
- WAWF payment instructions.
- A comprehensive list of FAR and DFARS clauses covering areas such as System for Award Management (SAM), representations and certifications, safeguarding information, and small business set-asides.
- Instructions for offerors and notices regarding past performance evaluations.