EDDY CURRENT INSPECTION ARRAY PROBES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Weapons System at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract for Eddy Current Inspection Array Probes. This procurement is a Total Small Business Set-Aside for four (4) probes, specifically ZETEC INC Part Number 10043090. The solicitation, SPMYM126Q4053, is expected to be available on or about April 8, 2026, with quotes due by 1:00 PM EST on April 13, 2026.
Scope of Work
This requirement is for four (4) Eddy Current Inspection Array Probes, Manufacturer Part Number 10043090, SAPS-CXB4-E00.530-214HF-AAB1000-0.569, from ZETEC INC. The probes are described as CXB4 model (Circular/Axial X + Non-Mag Bobbin Probe with Titanium Sleeve and Centering Feet - Straight Tube), with a diameter of 0.530 inches (13mm) and tube ID of 0.569 inches (14.45mm). They feature a 214HF coil (2X14 Array/High Frequency Bobbin), 3/8T poly type, soft length (15M), and a 36-pin Amphenol connector, with MIZID and standard manufacturing quality checks.
Salient characteristics include multi-frequency capabilities, a 50-foot shaft length, compatible 36-pin adapter/connector, SAPS-CXB4 probe design, 0.530"/0.520" probe diameters, and the ability to perform bobbin/array inspections in accordance with NAVSEA Technical Publication 2032.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Single Award Contract
- Quantity: 4 Each
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing)
- Size Standard: 1350 employees
- Product Service Code: 5840 (Radar Equipment, Except Airborne)
- Anticipated Delivery: 01 May 2026
- Solicitation Number: SPMYM126Q4053
- Solicitation Availability: Expected on or about April 8, 2026, on SAM.gov.
- Quotes Due: April 13, 2026, by 1:00 PM EST.
- Published Date: April 9, 2026.
Evaluation
Award will be based on a Best Value evaluation. Technical Capability is more important than Past Performance and Price. Delivery is more important than Price. Prior history is also more important than Price.
Submission & Additional Notes
Responses must be emailed to Shawnta Wells at shawnta.wells@dla.mil. The solicitation number (SPMYM126Q4053) must be included in the email subject line. Offerors must be registered in the System for Award Management (SAM) database prior to award and throughout contract performance. Specific packaging and marking requirements apply, including palletization for items over 40 lbs. Prohibited materials include those from NUFLO, Inc. or Synergy Flow Systems. Contractors must comply with NIST SP 800-171 DoD Assessment Requirements, and Wide Area Workflow (WAWF) is required for payment and receiving reports. All questions should be submitted in accordance with the solicitation's procedures.