The Interface Test Set (ITS) MK 341 MOD 2
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, Port Hueneme Division (NSWC PHD) is conducting market research through a Request for Information (RFI) to identify qualified sources for the potential future procurement of the Interface Test Set (ITS) MK 341 MOD 2. This includes the manufacture, assembly, test, and delivery of the ITS and associated components like the Amazon Case 4U, various Circuit Card Assemblies (CCAs), GPS Assembly, and multiple cable assemblies. This RFI aims to determine potential Small Business set-aside opportunities under NAICS Code 334519 (Other Measuring and Controlling Device Manufacturing). Responses are due by January 30, 2026.
Scope of Work
The draft Statement of Work (SOW) outlines requirements for the fabrication, assembly, test, and delivery of the VLS ITS MK 341 MOD 2 and its Lowest Replaceable Units (LRUs). Key aspects include:
- Manufacturing: Fabrication, assembly, testing, and delivery in compliance with technical drawings, specifications, and the Technical Data Package (TDP).
- Quality & Testing: Bench testing, inspection, acceptance, First Article Inspection (FAI), Physical Configuration Audits (PCA), and production environmental testing. Adherence to quality assurance standards (e.g., ANSI/ASQC Q9001, ISO 9001) and military specifications.
- Management: Configuration management, contractor storage, counterfeit material prevention, and development of an Operations Security (OPSEC) Plan.
- Deliverables: Various reports, schedules, and plans as detailed in Contract Data Requirements Lists (CDRLs).
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: Potential Small Business set-aside (NAICS 334519)
- Response Due: January 30, 2026, 11:00 PM EST
- Published: January 15, 2026
- Place of Performance: Port Hueneme CBC Base, CA
Submission Requirements
Interested parties must submit RFI responses, limited to 20 pages (8.5 x 11 inch, 10-point Times New Roman font), addressing the following:
- Company Information: Name, address, DUNS, CAGE, designated representative, and company size status (e.g., 8(a), HUBZone, SDVOSB, WOSB, Large Business).
- Capability Statement: Succinctly demonstrate capability to perform the draft SOW requirements, including:
- Ability to manage as prime contractor.
- Technical ability (or approach) to perform, including performing at least 50% of manufacturing costs for small businesses.
- Capacity (or approach) regarding task magnitude, equipment, facilities, and staff size.
- Certification (or approach to achieving) for ISO 2001:2015, 2008, or AS9100D.
- Feedback/Questions: Provide feedback or questions regarding the feasibility or challenges of the work.
Additional Notes
This RFI is for informational and planning purposes only and does not constitute a solicitation or commitment to award a contract. Responses are not offers and will not be reimbursed. Proprietary information should be clearly marked. Information will be treated as Business Sensitive and not shared outside Government activities without permission.