Skip to content
Department of Defense

Steerable Antenna Systems (SAS)

Solicitation: N6893626RFPREQDB0000MEB0000M0126
Notice ID: 792fcd7d4fb84ef1aed6bfc4008c7866
TypeSources SoughtNAICS 334220PSC5985DepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedMar 19, 2026, 12:00 AM UTCDueApr 20, 2026, 09:00 PM UTCCloses in 14 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 20, 2026. Industry: NAICS 334220 • PSC 5985.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N6893626RFPREQDB0000MEB0000M0126. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334220 (last 12 months), benchmarked to sector 33.

12-month awarded value
$31,792,991
Sector total $48,626,233,876 • Share 0.1%
Live
Median
$64,291
P10–P90
$39,205$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
-7%(-$1,163,679)
Deal sizing
$64,291 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 →
Map for CA
Live POP
Place of performance
Not listed
State: CA
Contracting office
China Lake, CA • 93555-6018 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CA20260001 (Rev 2)
Match signal: state matchOpen WD
Published Jan 23, 2026California • San Diego
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
+137 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 137 more rate previews.
Davis-BaconBest fitstate match
CA20260001 (Rev 2)
Open WD
Published Jan 23, 2026California • San Diego
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+136 more occupation rates in this WD
Davis-Baconstate match
CA20260015 (Rev 2)
Open WD
Published Jan 23, 2026California • Ventura
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+127 more occupation rates in this WD
Davis-Baconstate match
CA20260002 (Rev 2)
Open WD
Published Jan 23, 2026California • Imperial
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+125 more occupation rates in this WD
Davis-Baconstate match
CA20260025 (Rev 2)
Open WD
Published Jan 23, 2026California • Riverside
Rate
Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $56.32Fringe $26.52
Rate
Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls)
Base $39.94Fringe $20.65
Rate
terial handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)
Base $23.52Fringe $13.37
+123 more occupation rates in this WD

Point of Contact

Name
Joyce Toye
Email
joyce.n.toye2.civ@us.navy.mil
Phone
858-978-4847
Name
Shana Hwang
Email
shana.m.hwang.civ@us.navy.mil
Phone
7607933964

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR NAWC WD • NAVAL AIR WARFARE CENTER
Contracting Office Address
China Lake, CA
93555-6018 USA

More in NAICS 334220

Description

1.0 INTRODUCTION

a.  The Naval Air Systems Command, Weapons Division, China Lake, CA is seeking information for potential sources for the procurement of 7 types of Steerable Antenna Systems (SAS) Production Units, First Article Testing, Production, Teardown & Evaluations, Repair Services and Modification Services. The anticipated contract type will be hybrid with the First Article Testing requirement being a Cost Plus Fixed Fee CLIN and the rest of the requirements being under Firm Fixed Price CLINs.

b.  This Market Research tool is being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist.

c.  The following documents are attached to this Sources Sought Notice:

     1. Draft SAS Statement of Work (SOW)

     2. Draft SAS Specifications:

          2a. 1611AS2870 J Band SAS Tracking (Type II) Spec

          2b. 1611AS879 I Band SAS Tracking (Type I) Spec

          2c. 1511AS2882 I Band SAS Tracking (Type VI) Spec

          2d. 1611AS2886-1 I Band SAS IX Limited Azimuth Non-Tracking Ant Spec

          2e. 1611AS2886-2  I Band SAS IX Limited Azimuth Non-Tracking Ant Spec

          2f. 1611AS2886-3 I Band SAS type IX Non-Tracking Antenna Spec

          2g. 1611AS2887 I-J Band SAS Non-Tracking (Type XII) Spec Rev

3. Draft SAS Drawings           

          3a. 1611AS2870 J Band SAS Ant Tracking (Type II) Outline Rev J

          3b. 1611AS2879 I Band SAS Tracking (Type I) Outline Rev J

          3c. 1611AS2882 I Band SAS Tracking (Type VI) Outline Rev F

          3d. 1611AS2886 – [] SAS 14 IN I Band Non-Tracking (Type IX) Limited Azimuth (Source Control Drawing) Rev E

          3e. 1611AS2887 I_J Band SAS Non-Tracking (Type XII) Rev F

The following dates are anticipated time frames associated with this requirement:

     4.  Estimated RFP Release:  May 2026

     5.  Estimated Award Date: March 2027

d.  Primary Work Location/Place of Performance: Contractor Site

e.  Virtual Question & Answer (Q&A) Session: The Government intends, at its sole discretion, to host a virtual Q&A session with vendors it determines to be capable based on responses to this Sources Sought Notice. The objective of the Q&A is session is providing clarification on the scope of work and address vendor questions regarding capability requirements.  The Government will notify selected vendors with participation details if a Q&A session is scheduled.

2.0 DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY.

3.0 SPECIAL REQUIREMENTS

Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information associated with this Sources Sought. Access to CUI is limited, to a single point of contact (POC) per CAGE code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). Request for access must come directly from the approved company Data Custodian POC all other requests will be automatically denied. The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code’s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program:  https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.

4.0 ELIGIBILITY

Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

Note: FAR 52.219-14 Limitation on Subcontracting (DEVIATION 2021-O0008) requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008 at https://www.acq.osd.mil/dpap/dars/class_deviations.html).

To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government’s capability determination.

5.0 SUBMISSION DETAILS

f.  Interested parties shall submit a document outlining their capabilities in meeting the requirements as outlined in this Sources Sought Notice and associated attachment(s).

g.  Interested parties shall adhere to the following instructions for the submittal of their capabilities statements:

     1.  Page Limit and Format: No more than ten 8.5 X 11 inch pages in Times New Roman font of not less than 10 point.

     2.Delivery: Email Submission to the Contract Specialist, Joyce Toye, at joyce.n.toye2.civ@us.navy.mil

     3. No classified information shall be submitted in response to this Sources Sought.

     4. No phone calls will be accepted.

     5. All questions must be submitted via email to the Contract Specialist, Joyce Toye, at joyce.n.toye2.civ@us.navy.mil.

     6. A Cyber Maturity Model Certification (CMMC) Level 2 (C3PAO) is anticipated for this requirement. If you disagree with the anticipated CMMC Level, please provide a rationale, and the recommended CMMC Level.

     7. All responses shall:

          1. include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including name(s), phone number(s), and email address(es);

          2. demonstrate ability to perform the specific requirement;

          3.statement as to if the anticipated type of contract under 1.a. is feasible for this requirement.

          4. include an outline of previous projects related to the program description and identify specific work previously performed or currently being performed related to the program description; and

          5. provide any other specific and pertinent information as it pertains to this particular procurement that would enhance the Government’s consideration and evaluation of the information submitted.

8. All data received in response to this Sources Sought marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

9. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.