- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Subsurface Data Relay and Iridium GPS Recovery Beacon
Special Notice from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Feb 18, 2026. Industry: NAICS 335314 • PSC 5945.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 335314 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 70 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 335314
Description
This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and email requests will not be honored. Only one responsible source and no other supplies or services will satisfy agency requirements.
The Naval Research Laboratory (NRL) intends to award a sole source purchase order to SATLINK SL of Alcobendas, Madrid SPAIN to furnish: Subsurface Data Relays (NEMO X- 8 PIN; QTY: 7); Subsurface Iridium GPS Recovery Beacon (APOLLO X7; QTY: 7)
The North American Industry Classification System Code (NAICS) for this requirement is 335314 with the size standard of 750 # of employees. The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 5945.
This purchase will be made utilizing Simplified Acquisition Procedures in accordance with:
- Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $350,000.00.
Interested parties may identify their interests and capability to respond to this requirement in accordance with the posted opening and closing dates. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided.
Please reference this Notice of Intent number, N0017326Q5806 on your correspondence and in the “Subject” line of your email.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Naval Research Laboratory (DEPT OF THE NAVY) posted a Special Notice/Notice of Intent (Solicitation No. N0017326Q5806) stating it plans a sole-source purchase order to SATLINK SL (Alcobendas, Madrid, Spain). The requirement is to furnish 7 Subsurface Data Relays (NEMO X- 8 PIN) and 7 Subsurface Iridium GPS Recovery Beacons (APOLLO X7). The notice is explicitly not a solicitation and says no solicitation package is available; the Government will only consider responses as capability information to decide whether to compete. Any capability response must provide “clear and convincing evidence” that competition would be advantageous, and is due by 2026-02-18 16:00 UTC.
NRL intends to execute a simplified-acquisition (FAR 13.106-1(b)) sole-source buy under the SAT threshold (stated as $350,000) for specific SATLINK products: NEMO X- 8 PIN subsurface data relays (qty 7) and APOLLO X7 subsurface Iridium GPS recovery beacons (qty 7). The buyer is leaving a narrow lane for other sources to submit capability information that credibly demonstrates an ability to satisfy the same agency requirement and that competing the requirement would benefit the Government.
- OEM/OEM-authorized sellers or integrators who can supply the exact items identified (NEMO X- 8 PIN and APOLLO X7) in the stated quantities (7 and 7) and can document availability and delivery capability.
- Firms with demonstrable technical equivalency and strong substantiation (e.g., product literature, prior government use, test data) showing their alternative supplies will satisfy NRL’s requirement, and who can articulate why a competitive procurement would benefit the Government (e.g., reduced cost, improved lead time, reduced risk).
- Provide 7 each Subsurface Data Relays (NEMO X- 8 PIN).
- Provide 7 each Subsurface Iridium GPS Recovery Beacons (APOLLO X7).
- Prepare and submit capability/interest correspondence referencing Notice of Intent number N0017326Q5806 (and include it in the email subject line) by 2026-02-18 16:00 UTC, with clear and convincing evidence that competition would be advantageous to the Government.
- Email/correspondence that references N0017326Q5806 and includes that number in the email subject line (as instructed).
- A concise capabilities statement tied to the specific supplies listed: Subsurface Data Relays (NEMO X- 8 PIN; qty 7) and Subsurface Iridium GPS Recovery Beacon (APOLLO X7; qty 7).
- “Clear and convincing evidence” supporting why competition would be advantageous to the Government (e.g., documented pricing advantage, proven lead-time advantage, reduced supply-chain risk, demonstrated performance history).
- Product documentation (datasheets/technical specs) for the offered item(s) and evidence they satisfy the agency requirement the notice describes (subsurface data relay; Iridium GPS recovery beacon).
- Evidence of ability to deliver required quantities (7 + 7) within buyer needs (if you know/ can substantiate lead times).
More BidPulsar strategy notesCompliance, pricing, teaming, risks, questions, and coverage notes
- This is a Notice of Intent/Special Notice and explicitly “not a request for competitive proposals,” “not a solicitation,” and “no solicitation package is available.”
- Procurement is stated to be under FAR Part 13.106-1(b) (Simplified Acquisition Procedures) and not exceeding the simplified acquisition threshold referenced as $350,000.00.
- NAICS is 335314 (size standard stated as 750 employees) and PSC is 5945 (as listed in the notice).
- Responses are considered only to determine whether to conduct a competitive procurement; the Government’s decision not to compete is solely within its discretion.
- No reimbursement will be provided for any costs to prepare capability information.
- Because the Government is signaling sole source to SATLINK SL, any alternative-source response should quantify a defensible Government advantage (e.g., total evaluated price reduction, reduced lead time) rather than just offering “competitive pricing.”
- If you can supply the exact items, demonstrate price reasonableness (e.g., recent sales history for the same part numbers) and present a simple, low-friction buy (items, quantities, unit pricing, delivery terms) consistent with a simplified purchase order.
- If you are not the OEM, consider partnering with an OEM-authorized distributor/reseller for SATLINK products to credibly demonstrate you can furnish NEMO X- 8 PIN and APOLLO X7.
- If proposing an alternative product (not the named items), consider teaming with a lab/test partner to provide substantiated performance/fit evidence for the subsurface data relay and Iridium GPS recovery beacon functions.
- The notice is framed as “only one responsible source,” so the bar for displacing sole source is high; unsupported claims are unlikely to change NRL’s decision.
- Very short response window (posted 2026-02-13; deadline 2026-02-18 16:00 UTC) increases the risk of incomplete substantiation.
- The notice gives product identifiers and quantities but does not provide performance requirements or acceptance criteria; without strong evidence of equivalency, alternative solutions may be dismissed.
- Email requests for a solicitation package will not be honored, so focus communications strictly on capability evidence and the “advantageous competition” argument.
- Where should capability statements be emailed/submitted (the notice instructs to use N0017326Q5806 in the subject line, but does not provide a recipient address in the provided brief)?
- Is NRL requiring the exact SATLINK part numbers (NEMO X- 8 PIN and APOLLO X7), or will functionally equivalent subsurface data relays and Iridium GPS recovery beacons be considered?
- What delivery/lead-time requirement is driving the buy, and is there urgency or schedule dependency for the 7+7 units?
- Are there any required accessories, programming/configuration, warranties, or spares associated with NEMO X- 8 PIN and APOLLO X7 that must be included?
- What is the intended operating environment and performance expectations (e.g., depth rating, battery life, Iridium message cadence, data relay interfaces) to assess equivalency?
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Submission email/address or point of contact for capability responses
- Technical/performance requirements and acceptance criteria beyond the named product models
- Required delivery date/lead time and shipping destination/place of performance
- Whether only the exact SATLINK models are acceptable or if equivalents will be considered
- Any required accessories, configuration, training, spares, or warranty terms
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.