Skip to content
Department of Defense

Brand Name Requirement for the Procurement of Superior Access Solutions, INC. Telemetry Multiplexers

Solicitation: N0042126R0040
Notice ID: 7d34aebcf9ea4bc7a3e1f90cca1c6c29

Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 17, 2026. Industry: NAICS 334118 • PSC 7G21.

Market snapshot

Awarded-market signal for NAICS 334118 (last 12 months), benchmarked to sector 33.

12-month awarded value
$778,491
Sector total $20,447,912,679 • Share 0.0%
Live
Median
$134,750
P10–P90
$65,781$272,594
Volatility
Volatile153%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($778,491)
Deal sizing
$134,750 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 MD
Live POP
Place of performance
St James, Maryland • 20670 United States
State: MD
Contracting office
Patuxent River, MD • 20670-1545 USA

Point of Contact

Name
Shannon Canada
Email
shannon.m.canada.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR NAWC AD • NAVAL AIR WARFARE CENTER AIR DIV
Contracting Office Address
Patuxent River, MD
20670-1545 USA

More in NAICS 334118

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/.

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.