Total Small Business Set Aside: Sonar Equipment Rental
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 has issued a Request for Quote (RFQ) for the rental of specific sonar equipment under a Total Small Business Set-Aside. This opportunity seeks authorized distributors to provide an EdgeTech 3400 Sub-Bottom Profiler and an Xstream Marine QI-100 electric winch to support a critical test event. Quotes are due by January 30, 2026, at 5:00 PM UTC.
Scope of Work
The requirement is for the rental of specialized sonar equipment, specifically an EdgeTech 3400 (standard, towed) Sub-Bottom Profiler (2-16 kHz) including its topside interface, deck cable, acquisition laptop, and transit cases, along with an Xstream Marine QI-100 electric winch for towing the sonar system. This equipment is needed to support a test event at a Whidbey Island, WA marina/port from February 18-27, 2026, for a rental period of 10 days (excluding transit time). Delivery is required at 2000 West Marine View Drive, Everett, WA 98207-5001.
Contract & Submission Details
This is a Total Small Business Set-Aside procurement, structured as a Combined Synopsis/Solicitation leading to a firm-fixed-price contract for equipment rental. Quotes must be submitted via email to terra.s.roberts.civ@us.navy.mil by January 30, 2026, 5:00 PM UTC. Required quote information includes unit price, shipping cost (if separate), CAGE Code, estimated lead time, and confirmation of Wide Area Workflow (WAWF) capability.
Evaluation Factors
The Government will award this procurement based on the Best Value, considering Price, Delivery, Quality, and Past Performance. Bidders must review the attached "Clauses - Services.pdf" document, particularly Section M, for detailed evaluation criteria.
Key Documents
A Brand Name Justification Memorandum (REDACTED BNJ.pdf) confirms the necessity of the specified EdgeTech and Xstream Marine equipment, citing 10 U.S.C. 2304(c)(1) and FAR 6.302-1(c) due to the unique requirements of the test event and the potential for delays and increased costs with alternative brands. The "Clauses - Services.pdf" document provides critical contractual terms, provisions, and instructions, including those related to payment (WAWF), representations, and instructions to offerors.