WAVEGUIDES
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 (NSWC) Crane is soliciting proposals for the manufacture and delivery of WAVEGUIDES (Solicitation N00164-26-Q-0065). This opportunity is a Total Small Business Set-Aside with a class waiver to the non-manufacturer rule. The requirement is for waveguides made in accordance with a Statement of Work (SOW) and specific drawings for the AN/SPS-73 Antenna. Offers are due by May 22, 2026, at 5:00 PM Eastern Standard Time.
Scope of Work
This requirement involves the new manufacture and delivery of two types of waveguides: WAVEGUIDE, STRAIGHT CANDY CANE, 8FT (PN: 83012918) and WAVEGUIDE, STRAIGHT CANDY CANE, 6FT (PN: 83012919). Key aspects include:
- Manufacturing waveguides to specific drawings (83012918 and 83012919).
- Applying equipment markings and identification per MIL-STD-129 and MIL-STD-130N.
- Performing primer, paint, and protective coating applications, including dip brazing (MIL-B-7883).
- Meeting performance standards, including a VSWR not exceeding 1.2, with test data provided for each unit at 9410 MHz.
- First Article Testing is required if the contractor has not manufactured these waveguides in the last 15 months.
- Contractors must have an ISO 9001-2015 compliant quality program or equivalent.
- Delivery is FOB Destination to NSWC Crane, Building 3168.
Contract Details
- Solicitation Number: N00164-26-Q-0065
- Contract Type: Implied Firm Fixed Price (based on Solicitation document).
- Product/Service Code: 5985 (Antennas, Waveguide, And Related Equipment)
- NAICS Code: 334419 (Size Standard: 750 employees)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) with a class waiver to the non-manufacturer rule (FAR 19.102(f)(4)).
- Deliverables: Waveguides (base and option CLINs), Test Inspection Report (CDRL A001), and Critical Defect Investigation Report (CDRL A002).
- Delivery Timeline: 90 days After Receipt of Order (ARO) for base CLINs, and 90 days after option exercise for option CLINs.
Submission & Evaluation
- Offer Due Date: May 22, 2026, 5:00 PM Eastern Standard Time.
- Submission Method: Offers must be e-mailed to joshua.e.tester.civ@us.navy.mil.
- Evaluation Criteria: Low Price Technically Acceptable (LPTA).
- Technical Acceptance Factors: Technical Approach, Delivery, and Past Performance.
- Required Documents: Technical Acceptance Evaluation Matrix, product/services literature, a completed Delivery Addendum, and pricing on SF 1449.
- Eligibility: Offerors must be a small business with a current registration in the System for Award Management (SAM.gov).
Important Notes
Vendors are responsible for monitoring SAM.gov for any amendments or changes to this solicitation. The Contract Data Requirements List (CDRL) specifies one-time electronic submissions for the Test Inspection Report (A001) and Critical Defect Investigation Report (A002) to scott.l.mclelland.civ@us.navy.mil.