SOLE SOURCE-IMA
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 (NSWC) Crane is issuing a Combined Synopsis/Solicitation (N00164-26-Q-0140) for the sole source procurement of 10 Integrated Microwave Assemblies (IMAs), Part Number MD-170K001. The government intends to award a Firm Fixed-Price contract to CAES Mission Systems LLC. However, other responsible sources are invited to submit capability statements for consideration. Responses are due May 12, 2026, at 4:00 PM Eastern Time.
Scope of Work
This requirement is for the procurement of 10 units of the Limited Attenuator Switch (IMA), P/N MD-170K001. These IMAs are critical components for the AN/ALQ-218 Tactical Jamming System Receiver (TJSR), supporting the Navy's EA-18G Growler aircraft by enabling advanced electronic attack capabilities for locating and disrupting enemy communication channels. The items are for use in Depot Repairs. Delivery is FOB Destination, Crane, IN, with an expected delivery within 12 months from award.
Contract & Timeline
- Type: Firm Fixed-Price
- Estimated Value: $349,888.70 (based on SOW unit price of $34,988.87 per unit)
- Set-Aside: None (Sole Source to CAES Mission Systems LLC under FAR 13.106-1)
- Response Due: May 12, 2026, 4:00 PM Eastern Time
- Published: May 1, 2026
Submission & Eligibility
- Submission: Offers shall be e-mailed to trista.m.ray.civ@us.navy.mil.
- Capability Statements: All responsible sources may submit a capability statement for consideration. The government's decision to conduct a competitive procurement based on these responses is at its sole discretion.
- Registration: Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) to receive controlled attachments.
- Security: A SECRET facility security clearance and SECRET level safeguarding for classified information/material are required.
- Compliance: CMMC Level 2 (Self) is required for award. Contractors must adhere to strict guidelines regarding counterfeit parts and material.
Additional Notes
Vendors are responsible for monitoring https://sam.gov for any amendments. Changes made after the closing date will only be provided to offerors who submit a quote. Technical Points of Contact are Cody Coulter (cody.l.coulter.civ@us.navy.mil) and Daniel Steele (daniel.r.steele10.civ@us.navy.mil).