Touch Panel Assembly
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, Dahlgren Division, Dam Neck Activity (NSWCDD DNA), is soliciting proposals for seven (7) Touch Panel Assemblies on a Brand Name or Equal basis. This requirement, under Solicitation N0017826Q6659, is a Small Business Set-Aside and will result in a Firm Fixed-Price contract. Quotes are due by February 4, 2026, at 12:00 p.m. EST.
Scope of Work
NSWCDD DNA intends to procure seven touch panel assemblies, configured per drawing 8601113-15, utilizing components from Technologic Systems, SanDisk, Hyundai Tech, Hendle, and McMaster-Carr. These assemblies are critical for Installation and Check Out (INCO) spares and are required to match the form, fit, and function of existing hardware in testing facilities. The touch panels mount to ruggedized cabinet doors and display status for cabinet hotel services (temperature, airflow, voltage, amps). The finished product must be TAA compliant, with the possibility of manufacturing in South Korea if the Country of Origin is China.
Key Requirements
Offerors must provide documentation from the Original Equipment Manufacturer (OEM) confirming their status as an authorized reseller or distributor for the brand-name items quoted. All costs, including shipping and freight to Dam Neck, VA 23461-2097, as well as any tariff or duty charges, must be included in the quoted price. DFARS 252.225-7013, Duty-Free Entry, will be incorporated where applicable. Bidders must be registered in SAM.gov and submit the representation required by FAR 52.212-3. The detailed assembly drawing (8601113-115) specifies components, assembly notes (MIL-HDBK-454, IPC/WHMA-A-620A Class 3), and quality standards crucial for accurate sourcing and compliance.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Firm Fixed-Price (Simplified Acquisition Procedures, FAR Part 13)
- Set-Aside: Small Business
- NAICS Code: 334419 (Other Electronic Component Manufacturing)
- PSC Code: 5999 (Miscellaneous Electrical And Electronic Components)
- Response Due: February 4, 2026, 12:00 p.m. EST
- Anticipated Award: February 20, 2026
- Published Date: February 3, 2026
Evaluation
Award will be made based on Lowest Price Technically Acceptable (LPTA) criteria. Offers submitted without OEM authorization documentation may not be considered.
Contact & Attachments
Questions regarding this solicitation should be emailed to Heather Hostinsky at heather.g.hostinsky.civ@us.navy.mil, referencing N0017826Q6659 in the subject line. Attachments include the SF1449 and detailed drawings.