Total Small Business Set Aside- Brand Name: SONARDYNE - Inertial Navigation System
ID: N61331-26-Q-TR02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE (5825)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes from authorized distributors or resellers for the procurement of a SONARDYNE Inertial Navigation System (INS) as part of a Total Small Business Set Aside initiative. This acquisition, valued under $350,000, is critical for the STEIV Unmanned Underwater Vehicle (UUV) project, as the SONARDYNE INS is specifically designed to integrate seamlessly with existing systems, ensuring efficient navigation and target localization without the need for costly re-engineering. Interested vendors must submit their quotes by November 20, 2025, at 11:00 a.m. Central Time, and are required to provide their cage code, lead time, and shipping costs if not included in the price. For further inquiries, vendors can contact Terra Roberts at terra.s.roberts.civ@us.navy.mil or Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines essential clauses and instructions for federal contracts, particularly for NAVSEA procurements. It covers delivery and performance terms (FOB Origin/Destination), electronic payment requirements (WAWF), and a comprehensive list of contract clauses spanning reporting, cybersecurity, small business programs, and compliance with federal regulations (e.g., prohibition on certain foreign purchases, anti-trafficking, Buy American Act). Key instructions for offerors include System for Award Management (SAM) registration and proposal submission. Evaluation factors emphasize best value, considering price, delivery, quality, and past performance via SPRS. The document also details the use of NAVSEA support contractors for official file management, government approval processes, supplemental invoicing instructions, and critical government contract administration points-of-contact, including the Contracting Officer and Contract Specialist. It also specifies hours of operation, holiday schedules, and contractor responsibilities during government facility closures.
    The Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (NSWC PCD) is issuing a brand name justification to acquire a SONARDYNE inertial navigation system (INS) for the STEIV Unmanned Underwater Vehicle (UUV). This action will result in a firm fixed-price purchase order, with competition limited to authorized distributors of SONARDYNE systems. The acquisition, valued under $350,000, is justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1(c) because the SONARDYNE INS is part of a Capital Improvement Project to replicate an existing UUV. Significant prior effort went into integrating this specific brand for navigation, target localization, and mechanical interface design. Using interchangeable parts also supports cost-effectiveness. The government determined that other INS brands would require significant re-engineering, leading to unacceptable delays and costs. Therefore, awarding to SONARDYNE brand equipment distributors represents the best value and lowest overall cost, as confirmed by market research showing no other brand can meet the specified needs without substantial negative impacts to the project's timeline and budget.
    Lifecycle
    Title
    Type
    Similar Opportunities
    RODMETER,UNDERWATER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of underwater rodmeters. This contract requires the manufacture and supply of rodmeters that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These navigational instruments are critical for various defense applications, ensuring operational readiness and effectiveness in underwater environments. Interested vendors must submit their quotes electronically to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, including detailed pricing, delivery timelines, and proof of authorization as a distributor. The solicitation emphasizes a firm-fixed price structure and requires responses within a specified timeframe.
    AN/WSN-12 Inertial Navigation System (INS) Inertial Sensor Module (ISM)
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), has awarded contract N00024235234 to Northrop Grumman Systems Corporation for the AN/WSN-12 Inertial Navigation System Inertial Sensor Module (ISM). This contract, justified under 10 U.S.C 2304(c)(1), includes non-fixed price line items due to uncertainties that prevent accurate cost estimation for a fixed-price contract type. The AN/WSN-12 INS is critical for navigational purposes within naval operations, ensuring precise positioning and navigation capabilities. For further inquiries, interested parties can contact Janel Duval at janel.duval@navy.mil or (202) 781-2850, or Camille Onate at camille.t.onate.civ@us.navy.mil or (202) 781-4032.
    DOME SONAR, N0038326RB050
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    66 - FMS REPAIR: INERTIAL NAVIGATION
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the sole-source repair of an Inertial Navigation unit, identified by NSN 7RH 6605 014830602 CB and Part Number 233A935-1, designated as a Critical Application Item for Foreign Military Sales Case GR-P-BBK. The contractor will be responsible for evaluating, laboring, and providing materials and parts necessary to restore the unit to operational condition, adhering to strict packaging, marking, and quality assurance standards, including ISO 9001 compliance. This procurement is critical for maintaining navigational capabilities and is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested parties must ensure they meet government source approval requirements and submit inquiries to Dana Scott at dana.l.scott14.civ@us.navy.mil, with a performance period set from January 5, 2026, to April 6, 2026.
    58--PANEL,SONAR GTC - AND SIMILAR REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking qualified vendors for the procurement of sonar panel replacement parts, identified by NSN 1H-5845-015938995-ST. The contract involves a total quantity of four units, which must be delivered to the DLA Distribution facility in New Cumberland, PA, and requires engineering source approval to ensure the quality and integrity of the parts. These sonar components are critical for underwater sound equipment applications, necessitating that any alternate sources meet stringent qualification requirements set by the government engineering activity. Interested parties should reach out to Alison N. Bruker at (717) 605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL for further details, and note that this opportunity is set aside for small businesses under FAR 19.5.
    59--SONAR HEADSET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 49 SONAR HEADSETS under solicitation number NSN 5965015869391. This procurement aims to establish an Indefinite Delivery Contract (IDC) for a term of one year, with a guaranteed minimum quantity of 7 units and an estimated total order value of $350,000, which will be fulfilled through various DLA depots both within the continental United States (CONUS) and outside (OCONUS). The SONAR HEADSETS are critical components for military operations, ensuring effective communication and operational efficiency in various defense applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    SYNCHRONIZER,ELECTR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the procurement of a SYNCHRONIZER, ELECTR. This contract requires compliance with various quality assurance standards, including ISO 9001, and mandates that all items be free from mercury contamination, as they will be used on submarines and surface ships. The procurement is critical for maintaining operational readiness and safety in naval operations. Interested vendors must submit their quotes electronically to Darian M. Holley at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL by the extended deadline of December 9, 2025, and must provide proof of being an authorized distributor of the original manufacturer's items.
    66--INERTIAL NAVIGATION, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must be prepared to meet specific turnaround times and throughput constraints, with a required repair turnaround time of 120 days after receipt of the asset. For further inquiries, potential bidders can contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL.
    58--PANEL,SONAR GTC
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking qualified vendors for the procurement of sonar panels, identified by NSN 1H-5845-015938990-ST, with a total quantity of 2 units. This procurement requires engineering source approval to ensure the quality of the parts, necessitating that any alternate sources must qualify according to the design control activity's procedures approved by the relevant Government engineering activity. The sonar panels are critical components used in underwater sound equipment, and the contract will only be awarded to offerors who meet the qualification requirements at the time of award, as outlined in FAR clause 52.209-1. Interested parties should contact Alison N. Bruker at (717) 605-6447 or via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL for further details, and they are encouraged to express their interest in providing commercial items within 15 days of this notice.
    66--TEST SET,NAVIGATION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 14 units of a navigation test set, identified by NSN 6625015592384. This solicitation is a total small business set-aside and aims to acquire essential instruments and laboratory equipment that are critical for navigation testing and validation. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 175 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.