Sole Source to Northrop Grumman Systems Corporation for VXS Static Crossbar Switch 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, Panama City Division (NSWC PCD), is conducting a sole source acquisition for five (5) VXS Static Crossbar Switches (Part Number: CSW1-021-E4H) from Northrop Grumman Systems Corporation. This procurement is a limited lifetime buy to ensure the operational availability of the AN/AES-1 Airborne Laser Mine Detection System (ALMDS), as the component is obsolete and its production line is closing. While a sole source action is intended, all quotes submitted by the close date will be reviewed.
Scope of Work
The requirement is for the acquisition of five (5) VXS Static Crossbar Switches (Part Number: CSW1-021-E4H). These switches are critical for maintaining the AN/AES-1 Airborne Laser Mine Detection System (ALMDS). This is a limited lifetime purchase necessitated by the obsolescence of the VXS Crossbar Switch and the impending closure of its production line.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Sole Source Justification)
- Set-Aside: None
- Response Due: March 30, 2026, 4:00 PM ET
- Published: March 25, 2026
- Agency: Department of the Navy, Naval Surface Warfare Center
- Place of Performance: Panama City Beach, FL
Justification for Sole Source
The VXS Crossbar Switch is exclusively manufactured by Curtiss-Wright, with Northrop Grumman Corporation (NGC) serving as the sole distributor for the military version. The justification highlights that qualifying a new source would lead to significant costs, potential delays, and negatively impact the operational readiness of the AN/AES-1 system.
Evaluation & Submission Requirements
Although this is a sole source action, any quotes submitted by the response deadline will be reviewed. Award will be based on Best Value, considering Price, Delivery, Quality, and Past Performance. Interested parties must include a Capabilities Statement, Proof of past performance for similar work, and their CAGE code with their submission. The opportunity also includes various FAR and DFARS clauses, and instructions for offerors, which must be carefully reviewed for compliance.
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)