Wideband SATCOM Radome Trolley Adapter
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, NAVAIR Warfare Center Aircraft Division, has issued a solicitation for the manufacturing of Wideband SATCOM Radome Trolley Adapter Sets (P/N 4091AS0380-1). This is a Firm Fixed-Price contract set aside for Total Small Businesses. Offerors must possess CMMC Level 2 Certification and a certified DD Form 2345 to access export-controlled technical drawings. Proposals are due June 5, 2026.
Scope of Work
This opportunity requires the manufacturing and delivery of Wideband SATCOM Radome Trolley Adapter Sets, P/N 4091AS0380-1. Quantities include 9 for USN (P-8), 1 for P58, 1 for L3, 1 for AAR, and 6 for RAAF (P-8). Key requirements include:
- Compliance with DFARS 252.211-7003 for item identification.
- Packaging and marking according to ASTM D3951-18 and MIL-STD-129R.
- A Quality Assurance system compliant with ISO 9001.
- Government Inspection and Acceptance will occur at the source by DCMA representatives.
Contract Details
- Contract Type: Firm Fixed Price for all line items.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Delivery Schedule: All deliveries are required on or before September 30, 2026. Early delivery is acceptable and encouraged.
- FOB: Destination for all shipments.
Eligibility & Submission
This solicitation is a Total Small Business Set-Aside. Offerors must be registered in SAM.gov with an active account and be classified as a Small Business under NAICS 334220. A current and valid CMMC Level 2 certification is mandatory at the time of contract award. Access to the export-controlled CUI drawing package requires a certified DD Form 2345 and CMMC Level 2 certification. Requests for drawings must be in writing. Proposals must be submitted electronically via email to Alexis Kelly (alexis.r.kelly.civ@us.navy.mil). Required submissions include SF 18, signed amendments, signed Representations, Certifications and Acknowledgements, and CLIN pricing.
Evaluation Criteria
Award will be made to the responsible offeror proposing the total lowest proposed price that meets all requirements. Technical acceptability will be evaluated based on conformity to CLINs, SAM.gov registration as a Small Business under NAICS 334220, and possession of a valid DD Form 2345. Past performance will be assessed using SPRS ratings.
Key Dates
- Proposals Due: June 5, 2026, 2:00 PM ET
- Published Date: May 5, 2026
Important Notes
The Government owns the Build-to-Print Technical Drawing Package, which is considered Export Controlled. Non-successful offerors are required to destroy all export control data and provide proof of destruction.