Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2026 SAM #8860
SOURCES SOUGHT

34 -- Electronics Repair Kits for the 2M/MTR Program

Notice Date
2/26/2026 1:56:50 PM
 
Notice Type
Sources Sought
 
NAICS
333992 — Welding and Soldering Equipment Manufacturing
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
N00253-26-XXX-SS
 
Response Due
3/18/2026 3:00:00 PM
 
Archive Date
04/02/2026
 
Point of Contact
Rekisha Johnson, Phone: 360-315-5216, ANGELA BARLOW
 
E-Mail Address
rekisha.l.johnson.civ@us.navy.mil, angela.m.barlow3.civ@us.navy.mil
(rekisha.l.johnson.civ@us.navy.mil, angela.m.barlow3.civ@us.navy.mil)
 
Description
The Naval Undersea Warfare Center, Division, Keyport (NUWCDIVKPT) is issuing a sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to perform this requirement. This requirement is to support the procurement, kitting, and shipping of equipment, tools, and materials for the Miniature/Microminiature (2M), Module Test and Repair (MTR) Program In-Service Engineering Agent (ISEA). This notice is for planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Specific company information will be kept confidential and will not be disseminated to the public. The result of this market research will contribute to determining the acquisition plan and the method of procurement. The Government is requesting assistance from industry in the preparation of a Firm Fixed Price (FFP) Supply Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. It is anticipated that the IDIQ Basic will be awarded based on the lowest price technically acceptable source selection process as described in FAR 15.101-2 https://www.acquisition.gov/far/15.101-2. All questions shall be submitted via email. Note that questions/comments submitted in response to the draft Statement of Work (SOW) may not receive a response. However, all questions and comments will be reviewed by the Government to assist in identifying revisions to be incorporated in the Statement of Work. The deadline for submission of questions to this Sources Sought is 9 March 2026. The North American Industry Classification System (NAICS) code selected for this acquisition is NAICS 333992 - Welding and Soldering Equipment Manufacturing The Product Service Codes (PSC) selected for this acquisition is PSC 3431 - Electric Arc Welding Equipment An Industry Day is not anticipated for this effort. The Government does not anticipate releasing a draft RFP. Incumbent: Linsun Industrial Group, LLC. IDIQ: N0016422DJM43 Instructions to Interested Parties: The vendor shall provide the required items in accordance with (IAW) Contract Line Item Numbers (CLINs) per Exhibit B and cited in written Delivery Orders (DO�s) issued by the Government within the scope of this Statement of Work (SOW) Exhibit A and the resulting contract. The Government will utilize this contract to purchase kitted items by CLIN and also to purchase speci?c individual components, which are itemized under a separate CLIN. The vendor shall provide CLIN and individual item pricing on Exhibits C and D. To request access to draft SOW attachments (Exhibits B, C, and D) you must be Joint Certification Program (JCP) certified, provide your company's CAGE code information, and your company�s Custodian Data Manager information to rekisha.l.johnson.civ@us.navy.mil If your organization has the potential capacity to fulfil this requirement, please provide the following information: Company name Point of contact name Mailing address Email address Website address Phone number SAM Unique Entity Identifier (UEI) number CAGE code Whether the organization is Joint Certification Program (JCP) Certified If your company is a small business as defined by the Small Business Administration and under what NAICS code If your company has a satisfactory performance record for the type of work required by providing examples of relevant and recent (within three years) past performance. Interested parties are invited to answer the following questions: Please provide a description of your company�s capabilities for performing the required services. Capability submittals should address the services required to be performed to establish technical capability, and should include: a) Experience interpreting mechanical drawings to complete customer requirement. b) Relevant knowledge of and experience with Miniature and Microminiature soldering rework and repair equipment, tools, and materials. c) Experience in shipping equipment, tools, and materials to include hazardous materials (HAZMAT) OCONUS. 2. What level of modification of a commercial product is necessary to meet the government�s requirement? a) Please briefly describe the necessary modifications. b) Does the modification of the commercial product still meet the FAR 2.101 definition of a commercial product? Commercial product means� (1) A product, other than real property, that is of a type customarily used by the general public or by nongovernmental entities for purposes other than governmental purposes, and� (i) Has been sold, leased, or licensed to the general public; or (ii) Has been offered for sale, lease, or license to the general public; (2) A product that evolved from a product described in paragraph (1) of this definition through advances in technology or performance and that is not yet available in the commercial marketplace, but will be available in the commercial marketplace in time to satisfy the delivery requirements under a Government solicitation; (3) A product that would satisfy a criterion expressed in paragraph (1) or (2) of this definition, except for- (i) Modifications of a type customarily available in the commercial marketplace; or (ii) Minor modifications of a type not customarily available in the commercial marketplace made to meet Federal Government requirements. �Minor modifications� means modifications that do not significantly alter the nongovernmental function or essential physical characteristics of an item or component, or change the purpose of a process. Factors to be considered in determining whether a modification is minor include the value and size of the modification and the comparative value and size of the final product. Dollar values and percentages may be used as guideposts, but are not conclusive evidence that a modification is minor; (4) Any combination of products meeting the requirements of paragraph (1), (2), or (3) of this definition that are of a type customarily combined and sold in combination to the general public; (5) A product, or combination of products, referred to in paragraphs (1) through (4) of this definition, even though the product, or combination of products, is transferred between or among separate divisions, subsidiaries, or affiliates of a contractor; or (6)A non-developmental item, if the procuring agency determines the product was developed exclusively at private expense and sold in substantial quantities, on a competitive basis, to multiple State and local governments or to multiple foreign governments. 3. Is your company a small business or other than small as defined by the Small Business Administration? 4. If small, what is your specific socio-economic category(ies)? 5. How many employees does your company have? 6. What NAICS codes relevant to this requirement does your company list on its SAM registry? 7. Would your company be able to provide discounts for orders of higher volumes of units? What might the price break points be for quantities ranging from 1-75? 8. What are risks that may affect the schedule/delivery? 9. Does your company plan to submit a proposal in response to a government RFP? 10. Are there any barriers that are likely to prevent your company from submitting a proposal? a) If so, do you have any recommendations to remove the barriers? 11. What are your standard commercial or non-commercial terms and conditions for a contract for this type of item? 12. Can you price the required items on a five-year contract? 13. Does your company have a satisfactory performance record in providing these items for government or commercial customers in the quantities estimated above? a) Please provide examples of relevant and recent (within three years) past performance. 14. Please provide any critical feedback and questions you have on the requirement documents. 15. Please provide any additional feedback that you believe is relevant? The government will evaluate market information to ascertain potential market capacity to provide services/supplies consistent in scope and scale with those described in this notice and otherwise anticipated. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to fulfill the above requirements are invited to submit a response to this Sources Sought Notice by 18 March 2026 by 1500 PST. All responses under this Sources Sought Notice must be submitted via email to Rekisha Johnson, rekisha.l.johnson.civ@us.navy.mil. DO NOT INCLUDE ANY CLASSIFIED, CONTROLLED UNCLASSIFIED, OR ARMS EXPORT CONTROLLED DOCUMENTS OR INFORMATION IN YOUR RESPONSE. Please send your responses and any questions concerning this opportunity to: Rekisha Johnson at rekisha.l.johnson.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3045d43f6ee84f2899ff2a2552a78968/view)
 
Place of Performance
Address: Keyport, WA 98345, USA
Zip Code: 98345
Country: USA
 
Record
SN07728947-F 20260228/260226230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.