Opportunity
SAM #N0042126Q1170
NAWCAD Solicitation for Fabrication of Antenna Switches and Halyard Boxes for AN/SPN-50(V)1 Radar
Buyer
Naval Center for Advanced Computing and Data (NAWCAD)
Posted
May 11, 2026
Respond By
May 25, 2026
Identifier
N0042126Q1170
NAICS
336413, 334511, 336419, 332510
The Naval Air Warfare Center Aircraft Division (NAWCAD), part of the Department of the Navy, is soliciting competitive quotes for the fabrication of specialized antenna switches and halyard terminal boxes for the AN/SPN-50(V)1 radar system used on Navy aircraft carriers. - Government Buyer: - Department of the Navy, Naval Air Warfare Center Aircraft Division (NAWCAD), NAWCAD Webster Field Annex - Products/Services Requested: - Fabrication of 15 Antenna Flag Bag Switches (Part No. 43042-00325-3) - Fabrication of 5 Antenna Safety Switches (Part No. 43042-00335) - Fabrication of 5 Halyard Terminal Boxes (Part No. 61506-00100) - All items must be manufactured in accordance with NAWCAD technical drawings and specifications - Unique or Notable Requirements: - Technical data and drawings are export controlled; only vendors certified under the Joint Certification Program (JCP) with a completed DD Form 2345 may access them - Delivery is required to NAWCAD Webster Field Annex, St. Inigoes, Maryland - 24-week delivery period from date of award for all items - Vendors must be registered in the System for Award Management (SAM) - Compliance with export control laws and destruction notice for limited distribution documents - No specific OEMs or commercial manufacturers are named in the solicitation; fabrication is per government-provided drawings
Description
All quotes/responses shall be submitted via email to Cathleen Emmart at cathleen.m.emmart@us.navy.mil no later than 4:00PM EST on 25 May 2026
Solicitation # N0042126Q1170 is issued as a competitive procurement. The Government under the Simplified Acquisition Procedures (SAP) intends to purchase on a firm fixed price basis, and to solicit and award the proposed purchase order on a Competitive basis. This action will be conducted under Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13.
All responding vendors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at http://www.sam.gov.
DRAWING ACCESS WILL BE GRANTED UPON REQUEST AND RECEIPT OF COMPLETED DD Form 2345, A SIGNED COPY OF THE INCLUDED EXPORT CONTROLLED DESTRUCTION NOTICE, AND CONFIRMATION THAT VENDOR HAS AN ACTIVE STATUS IN THE JOINT CERFTIFICATION PROGRAM (JCP).
The Technical Data related to this solicitation contains information that is export controlled, US export control laws and regulations are applicable; therefore, only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive the package. Information about the JCP is located at http://www.dlis.dla.mil.
DISTRIBUTION STATEMENT C:
DISTRIBUTION AUTHORIZED TO U.S. GOVERNMENT AGENCIES AND THEIR CONTRACTORS; SPECIFIC AUTHORITY, 11 MARCH 2015. OTHER REQUESTS FOR THIS DOCUMENT SHALL BE REFERRED TO NAWCAD ST. INGOES, MD, CODE 4.11.7.
DESTRUCTION NOTICE:
UNCLASSIFIED/LIMITED DISTRIBUTION DOCUMENT. DESTROY BY ANY METHOD THAT WILL PREVENT DISCLOSURE OF CONTENTS OR RECONSTRUCTION OF THE DOCUMENT.
EXPORT CONTROLLED DATA.
THE EXPORT OF THIS INFORMATION IS GOVERNED BY THE U.S. INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (ITAR). THIS INFORMATION MAY NOT BE EXPORTED TO A FOREIGN PERSON ENTITY WITHOUT PROPER AUTHORIZATION BY THE U.S. DEPARTMENT OF STATE.
Prior to release of any control document under this solicitation/RFQ any U.S. contractor must acknowledge its responsibilities under U.S. export control laws and regulations and agree that it will not disseminate any export controlled technical data subject to this requirement in a manner that would violate applicable export control laws and regulations.
Solicitation closing date/time is firm; proposals received after the deadline will not be accepted. Your quote must contain enough technical information i.e. data sheet, drawing, specification, etc. for evaluation. Your quote will only be evaluated based on the information provided. The award will be made on the basis of lowest evaluated price of proposals meeting or exceeding the acceptability standards. This is a firm fixed-price procurement; therefore, the initial offer should represent the vendor’s best quote in terms of price and technical acceptability. A determination by the Government not to accept the proposal for not meeting the minimum requirement is solely within the discretion of the Government.
Instructions to Offerors
Please include the following information with your response:
Vendor must provide response to all Fill In clauses in Section K with response.
(1) FOB: (Destination preferred):
(2) Shipping Cost if applicable (Saint Inigoes, MD):
(3) IUID Labeling Cost if applicable:
(4) Tax ID#:
(5) Unique Entity ID#:
(6) Cage Code:
(7) Small Business – Yes ___ No ___
(8) Estimated Delivery Date:
(9) If available on a Price list please provide a copy.
(10)Total Amount: ______________________