Steerable Antenna Systems (SAS)
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 Air Systems Command, Weapons Division, China Lake, CA, is conducting market research through a Sources Sought notice for Steerable Antenna Systems (SAS). This effort aims to identify potential sources for the procurement of seven types of SAS Production Units, First Article Testing, Production, Teardown & Evaluations, Repair Services, and Modification Services. The information gathered will help determine the acquisition method and potential Small Business Set-Aside opportunities. Responses are due by April 20, 2026.
Scope of Work
The requirement covers the procurement of seven distinct types of Steerable Antenna Systems (SAS), including their production units, first article testing, ongoing production, teardown and evaluation services, repair services, and modification services. The primary work location is anticipated to be the contractor's site.
Contract & Timeline
The anticipated contract type is a hybrid, with First Article Testing structured as a Cost Plus Fixed Fee CLIN and all other requirements under Firm Fixed Price CLINs.
- Type: Sources Sought / Market Research
- Set-Aside: To be determined based on market research; businesses of all sizes are encouraged to respond. Small businesses planning to use "similarly situated entities" must identify them.
- Response Due: April 20, 2026
- Published: March 19, 2026
- Estimated RFP Release: May 2026
- Estimated Award Date: March 2027
Submission Requirements
Interested parties must submit a capabilities statement, not exceeding ten 8.5 x 11 inch pages (Times New Roman, 10pt font), via email to Contract Specialist Joyce Toye at joyce.n.toye2.civ@us.navy.mil. Submissions must include:
- Sources Sought Notice name/number, Company Name, Address, Business Size, and Points of Contact.
- Demonstration of ability to perform the specific requirements.
- A statement on the feasibility of the anticipated hybrid contract type.
- An outline of previous and current related projects.
- Any other pertinent information enhancing the Government's evaluation.
- An anticipated Cyber Maturity Model Certification (CMMC) Level 2 (C3PAO) is expected; provide rationale if disagreeing.
Special Notes
This is for informational purposes only and does not constitute a solicitation or commitment to award a contract. Contractors must be certified through Defense Logistics Information Services (DLIS) to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited to the approved Data Custodian POC per CAGE code. A virtual Q&A session may be hosted for selected vendors. All questions must be submitted via email to the Contract Specialist.