Test Program and Interface for PinPoint IIR unit
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, specifically Norfolk Naval Shipyard (NNSY), is issuing a Combined Synopsis/Solicitation for the development of a Test Program and Interface for PinPoint IIR units. This effort is crucial for overhauling F-1542 band pass filters used in surface craft communication systems, as existing test fixtures and remote interface controllers are currently non-functional. The government intends to award this contract on a sole source basis to Astronics Test Systems. However, other interested parties may submit capabilities statements for future consideration.
Scope of Work
NNSY requires the development of a test program (software) and an interface (plug-in) for the SA-2112 CCA PN 1149530, fully compatible with the PINPOINT IIR unit. Key deliverables include:
- Developing a test program integrated with PINPOINT IIR systems and software.
- Performing tests for opens and shorts on various voltage levels (26V, +15V, -15V, +12V, -12V, 5V) during STTO.
- Ability to test the entire board and individual hybrids with menu-driven Testflow, stopping on the first fault.
- Creating a modern interface adapter for the line input module, warranted for 12 months.
- Providing spare PCBs, schematics, assembly drawings, and full documentation for the interface adapter and software.
- Including a power-on indicator and LEDs for each voltage on the interface adapter.
- Conducting test program validation and demonstration at NNSY in Portsmouth, VA.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (Sole Source)
- NAICS Code: 541380 (Small Business Size Standard: $19M)
- Period of Performance (POP): February 23, 2026 – June 22, 2026
- Quotations Due: Tuesday, February 10, 2026, at 10 AM EST
- Published: February 6, 2026
Eligibility / Set-Aside
This is a sole source procurement; the government intends to contract with Astronics Test Systems. Interested parties who believe they can meet the requirements may submit a capabilities statement to be considered for future procurements.
Submission & Evaluation
Quotations, including price(s), FOB Destination, point of contact, business size, and payment terms, must be emailed to Lillian Kwong (lillian.l.kwong.civ@us.navy.mil) and Jeremy Weible (jeremy.r.weible.civ@us.navy.mil). Submissions should be in Microsoft Word, Excel, or Adobe PDF format. Award will be based on a determination of fair and reasonable price.
Additional Notes
Vendors must be registered in the SAM database (http://sam.gov/). Security requirements include Defense Biometric Identification System (DBIDS) and NAVSTA Badging for NNSY access, with a minimum confidential security clearance. NNSY will ship external test equipment to the contractor's facility, where the primary work will be performed, with final testing at NNSY.