SOLE SOURCE TO TELEDYNE INSTRUMENTS INC./ TELEDYNE MARINE TO ACQUIRE 6 EA. TELEDYNE INSTRUMENTS COMPONENTS AS REQUESTED -- SEE ALL 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 Naval Surface Warfare Center Panama City Division (NSWC PCD) is issuing a Sole Source Combined Synopsis/Solicitation to acquire six (6) Teledyne Instruments components (RCPT ASSY 9#20 AWG/ 4FO, P/N: 1535154-103) from Teledyne Instruments Inc./Teledyne Marine. This requirement is for specific components approved by the Technical Warrant Holder within a configuration-controlled system. Responses are due by February 2, 2026, at 5:00 PM ET.
Scope of Work
Acquisition of six (6) units of RCPT ASSY 9#20 AWG/ 4FO, P/N: 1535154-103, which are Teledyne Instruments components. These items are critical for an existing configuration-controlled system.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Sole Source)
- Set-Aside: None (Sole Source)
- Product Service Code: 5935 (Connectors, Electrical)
- Response Due: February 2, 2026, 5:00 PM ET
- Published: January 27, 2026
- Place of Performance: Panama City Beach, FL
Evaluation
This is a sole source requirement because Teledyne Instruments is the only approved source for these specific components within the configuration-controlled system. Using alternative vendors would necessitate costly retesting and reverification, leading to significant project delays. Teledyne Instruments sells these items directly to the Government, and market research confirmed them as the sole source capable of meeting the government's needs, making a sole source award the most advantageous and best value approach. The contract will include standard FAR and DFARS clauses, and evaluation factors for award (Price, Delivery, Quality, and Past Performance) will be considered in the context of this sole source determination.
Additional Notes
Bidders should review the attached 'C12. Clauses-Supply.pdf' for comprehensive contract clauses, provisions, and administrative instructions, including details on electronic payment submissions, safeguarding contractor information, and representations/certifications. The 'B8 Redacted SSJ 1301322716.pdf' provides the full justification for the sole source award.