Skip to content
Department of Defense

Sources Sought sole source

Solicitation: NNNNN
Notice ID: 3e30bdf9444747a0880ecd7f34a25a41
TypeSources SoughtDepartmentDepartment of DefenseAgencyDept Of The NavyPostedFeb 18, 2026, 12:00 AM UTCDueFeb 23, 2026, 06:00 PM UTCCloses in 0 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 23, 2026.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$5,782,219,125,117
Sector total $5,782,219,125,117 • Share 100.0%
Live
Median
$990,935
P10–P90
$49,569$65,000,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+1271553%($5,781,284,770,398)
Deal sizing
$990,935 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Norfolk, VA • 23511-3392 USA

Point of Contact

Name
Jaime Verdi
Email
jaime.verdi@navy.mil
Phone
215-697-2003

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSUP
Office
NAVSUP GLOBAL LOGISTICS SUPPORT • NAVSUP FLC NORFOLK • NAVSUP FLT LOG CTR NORFOLK
Contracting Office Address
Norfolk, VA
23511-3392 USA

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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.