Closed Solicitation · DEPT OF DEFENSE

    BRAND NAME REQUIREMENT FOR THE PROCUREMENT OF SUPERIOR ACCESS SOLUTIONS, INC. TELEMETRY MULTIPLEXERS

    Sol. N0042126R0040Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)PATUXENT RIVER, MD
    Closed
    STATUS
    Closed
    closed Feb 17, 2026
    POSTED
    Feb 2, 2026
    Publication date
    NAICS CODE
    334118
    Primary industry classification
    PSC CODE
    7G21
    Product & service classification

    AI Summary

    The Department of the Navy is seeking competitive proposals for the procurement of telemetry multiplexers from Superior Access Solutions, Inc. This is a brand name requirement with a firm-fixed price contract. Bidders must provide technical literature and pricing information, with delivery expected within 120 days after order receipt. This opportunity is set aside for small businesses.

    Contract details

    Solicitation No.
    N0042126R0040
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    February 2, 2026
    Response Deadline
    February 17, 2026
    NAICS Code
    334118AI guide
    PSC / Class Code
    7G21
    Primary Contact
    Shannon Canada
    State
    MD
    ZIP Code
    20670-1545
    AI Product/Service
    product

    Description

    THIS REQUIREMENT IS ADVERTISED AS BRAND NAME. THE NOTICE IS A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued under other than full and open competition is 41 U.S.C. 3304(a)(1) as cited in FAR6.302-1. The acquisition is considered a brand name description per FAR 6.302- 1(c) and is justified here in accordance with FAR 6.303 and 6.304.

    This announcement constitutes the only solicitation, and a written solicitation will not be issued. The Government will consider other bids. This requirement is being synopsized as a small business set aside under the North American Industry Classification System (NAICS) code 334118, and PSC Code 7G21. 

    ****NOTE: The required fill-in provisions 52.204-24 and 52.204-26 attached to this post must be filled in and returned with your quote to be considered for award. ****

    The Naval Air Warfare Center- Aircraft Division (NAWCAD) at Patuxent River, MD announces its intention to procure, on a brand name basis to Superior Access Solutions, INC., 21037 Heron Way, Lakeville, MN 55044., or an authorized Government reseller.  

    The contractor shall provide the following:

    1. Manufacturer P/N: 17893-US, TNP-100 - PCM Telemetry & IRIG IP Multiplexer – US, QTY 46.

    2. Manufacturer P/N: 17900, Diamond C1 or VNP/TNP - Dual rack mount kit, QTY 20.

    3. Manufacturer P/N: 17901, Diamond C1 or VNP/TNP - Single rack mount kit, QTY 6.

    4. Shipping

    Please see attached Solicitation N0042126R0040 which includes the Statement of Work (SOW).

    Anticipated Delivery: All items shall be received by the Government on or before 120 days after receipt of the order (ARO).

    This is a firm-fixed price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and acceptability.

    Acceptance and Delivery will be to:

    Atlantic Test Range                  

    Attn: Ryan Barna         

    23013 Cedar Point Road, Bldg. 2424                 

    Patuxent River, MD  20670

    Shipping Charges: Please include shipping charges if applicable.

    Contracting Office Address: 47060 Liljencrantz Road, Building 433 Patuxent River, MD 20670

    Technically acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent that the offeror provides sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposal. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2008-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable (LPTA) basis. The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc.  Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2018) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition.

    Please provide the following information with your quote:

    1. CAGE Code:

    2. UEI #:

    3. Payment Terms of NET 30.

    4. Pricing - are these items published in a commercial published, online, or the internal Price list.

    5. If available on a price list, please provide a copy. All price listings will be kept confidential.

    6. If not available on a price list please provide information on how pricing is determined

    (example: item cost+ %, labor rate and materials, etc.)

    7. Anticipated Delivery: 

    8. Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it became mandatory to be registered to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.

    Key dates

    1. February 2, 2026Posted Date
    2. February 17, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    BRAND NAME REQUIREMENT FOR THE PROCUREMENT OF SUPERIOR ACCESS SOLUTIONS, INC. TELEMETRY MULTIPLEXERS is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.