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 Naval Surface Warfare Center, Dahlgren Division, Dam Neck Activity (NSWCDD DNA) is soliciting proposals for seven (7) Touch Panel Assemblies under Solicitation N0017826Q6659. This requirement is for Installation and Check Out (INCO) spares and to match existing hardware. This is a Small Business Set-Aside. Proposals are due February 6, 2026, by 06:00 PM EST.
Scope of Work
NSWCDD DNA intends to procure seven (7) touch panel assemblies on a Brand Name or Equal basis, configured according to drawing 8601113-15. These assemblies must utilize components manufactured by Technologic Systems, SanDisk, Hyundai Tech, Hendle, and McMaster-Carr. The product mounts to a ruggedized cabinet door and displays status for cabinet hotel services (e.g., temperature, air flow, voltage). Detailed technical specifications, parts lists, and assembly instructions are provided in the drawing, requiring adherence to MIL-HDBK-454 and IPC/WHMA-A-620A Class 3 standards.
Key Requirements
Offerors must ensure the material is TAA compliant. While the finished product's Country of Origin may be China, it must be manufactured to be TAA-compliant (e.g., in South Korea). All costs, including shipping to Damn Neck, VA, and any tariffs/duties, must be included in the quoted price. Offerors must submit documentation from the Original Equipment Manufacturer (OEM) confirming they are an authorized reseller or distributor of the brand-name items. Firms must be registered in the System for Award Management (SAM) to be eligible for award.
Contract & Timeline
- Type: Request for Quotation (RFQ) / Combined Synopsis/Solicitation for commercial items, utilizing Simplified Acquisition Procedures (FAR Part 13). Award will be a Firm Fixed-Price order.
- Set-Aside: Small Business
- Proposal Due: February 6, 2026, 06:00 PM EST (extended by Amendment N0017826Q66590001)
- Anticipated Award Date: February 20, 2026
- Place of Performance: Virginia Beach, VA
Evaluation
Award will be made based on Lowest Price Technically Acceptable (LPTA). Offers submitted without required OEM documentation may not be considered.
Additional Notes
Questions regarding this solicitation must be submitted via email to heather.g.hostinsky.civ@us.navy.mil, referencing Synopsis/Solicitation Number N0017826Q6659 in the subject line. The solicitation includes an SF1449 and detailed drawings.