Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2026 SAM #8852
SOURCES SOUGHT

99 -- Sources Sought sole source

Notice Date
2/18/2026 7:56:30 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
NNNNN
 
Response Due
2/23/2026 10:00:00 AM
 
Archive Date
03/10/2026
 
Point of Contact
Jaime Verdi 215-697-2003
 
E-Mail Address
jaime.verdi@navy.mil
(jaime.verdi@navy.mil)
 
Description
SOURCES SOUGHT NOTICE This announcement constitutes a Sources Sought Synopsis for market research information and planning purposes to identify the availability of potential sources capable of providing six Handheld RF Spectrum Analyzers Oscor Max and the five MESA 2.0 upgrades to the Joint Staff. Refer to the attached requirement lists. The results of this market research will contribute to determining the method of procurement for the renewal acquisition. The Government intends to solicit and negotiate with Research Electronics International LLC on a sole source basis. Interested persons may identify their interest and capability to respond to the requirement. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based on the responses received is solely with the discretion of the Government. The Government will not pay for information received. The NAIC code is 334220. Prospective offerors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements attached hereto are invited to respond to this market research survey/sources sought synopsis via the submission of a tailored executive summary, no more than five (5) pages in length. The submission should include the following information: 1. Company name; address; email address; web site address/URL; point of contact name; and phone number. Please also indicate if the identified prospective offeror would be performing in the capacity of a prime or subcontractor in support of this requirement. If significant subcontracting or teaming is anticipated in order to demonstrate and deliver technical capability, prospective offerors should address the administrative and management structure of such arrangements. 2. Contractor and Government Entity (CAGE) Codes for all prime and subcontractor prospective offerors. 3. Size of business for all prime and subcontractor prospective offerors - Large Business, Small Business, Small Disadvantaged Business, 8(a), Hubzone, Woman-owned, Veteran-Owned, Service Disabled Veteran-owned, etc. 4. A tailored capability statement displaying the prospective offeror�s ability to provide the Oscor Max and the MESA upgrades requirements attached herein in support of JS, to include past performance information. All submissions are required to be submitted via e-mail to jaime.verdi.civ@us.navy.mil no later than 1:00pm (local time/Philadelphia, PA) on Monday 23 February 2026. Please direct any questions concerning this sources sought synopsis to Jaime Verdi via email. This announcement constitutes a sources sought synopsis for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought synopsis will be updated and/or may change prior to issuance of an official Pre-Solicitation synopsis notice and subsequent solicitation. SOURCES SOUGHT NOTICE This announcement constitutes a Sources Sought Synopsis for market research information and planning purposes to identify the availability of potential sources capable of providing six Handheld RF Spectrum Analyzers Oscor Max and the five MESA 2.0 upgrades to the Joint Staff. Refer to the attached requirement lists. The results of this market research will contribute to determining the method of procurement for the renewal acquisition. The Government intends to solicit and negotiate with Research Electronics International LLC on a sole source basis. Interested persons may identify their interest and capability to respond to the requirement. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this proposed procurement action based on the responses received is solely with the discretion of the Government. The Government will not pay for information received. The NAIC code is 334220. Prospective offerors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements attached hereto are invited to respond to this market research survey/sources sought synopsis via the submission of a tailored executive summary, no more than five (5) pages in length. The submission should include the following information: 1. Company name; address; email address; web site address/URL; point of contact name; and phone number. Please also indicate if the identified prospective offeror would be performing in the capacity of a prime or subcontractor in support of this requirement. If significant subcontracting or teaming is anticipated in order to demonstrate and deliver technical capability, prospective offerors should address the administrative and management structure of such arrangements. 2. Contractor and Government Entity (CAGE) Codes for all prime and subcontractor prospective offerors. 3. Size of business for all prime and subcontractor prospective offerors - Large Business, Small Business, Small Disadvantaged Business, 8(a), Hubzone, Woman-owned, Veteran-Owned, Service Disabled Veteran-owned, etc. 4. A tailored capability statement displaying the prospective offeror�s ability to provide the Oscor Max and the MESA upgrades requirements attached herein in support of JS, to include past performance information. All submissions are required to be submitted via e-mail to jaime.verdi.civ@us.navy.mil no later than 1:00pm (local time/Philadelphia, PA) on Monday 23 February 2026. Please direct any questions concerning this sources sought synopsis to Jaime Verdi via email. This announcement constitutes a sources sought synopsis for written information only and is not to be construed in any way as a commitment by the Government. This is not a solicitation announcement for proposals and a contract will not be awarded from this announcement, nor will the Government pay for the information received in response to this announcement. Respondents will not be notified of the results. Please note the information contained within this sources sought synopsis will be updated and/or may change prior to issuance of an official Pre-Solicitation synopsis notice and subsequent solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3e30bdf9444747a0880ecd7f34a25a41/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07719965-F 20260220/260218230043 (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.