PD-51-0128; Woodward Micronet Upgrade Kits
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 Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is conducting market research through a Sources Sought notice for Woodward Micronet Upgrade Kits for the LHD/A Machinery Control Systems (MCS). This is to identify qualified sources for a future procurement. Responses are due by May 25, 2026.
Purpose
NSWCPD is seeking information regarding industry capabilities to provide services and materials for Woodward Micronet Upgrade Kits. This market research aims to gather information for planning purposes and does not constitute a Request for Proposal (RFP) or a commitment to contract.
Scope of Work
The requirement involves providing specific hardware and software components to upgrade obsolescent Gas Turbine Workstation (GTWS) components, particularly the Woodward Micronet, within the LHD/A MCS Land Based Test Environment (LBTE). This upgrade addresses End-of-Life (EOL) issues to sustain shipboard tactical operations. Key components include:
- Software Licenses: GAP Monitor and Control Assistant.
- Upgrade Kits: LHD8 ECU (LM2500+) Obsolescence Upgrade Kit, comprising various sub-components (terminal blocks, connectors, resistors, modules, converters, mounting channels, blank panels, cables).
- Chassis and Power Supplies: Micronet Plus chassis and power supply modules.
- Control Modules: TPM Assembly and MPU Amplifier.
- RTCNET Components: Dual Wire Option kits.
Contract Details
- NAICS Code: 334419
- Anticipated Contract Type: Fixed-Price SAPCOM
- Period of Performance: One (1) year from award for delivery of materials.
- Anticipated RFP Issuance: Q4 2026.
- Place of Performance: Contractor's facility, with delivery to NSWC Philadelphia Division, 1601 Langley Ave, Bldg. 542, Philadelphia, PA 19112.
Submission & Eligibility
Interested businesses must submit a Capability Statement (maximum 10 pages) via email by 06:00 PM EST, May 25, 2026. The statement should address:
- Ability to manage the task as a prime contractor.
- Technical ability to perform at least 50% of the cost with own employees.
- Capacity to conduct SOW requirements (magnitude, equipment, facilities, staff).
Responses must be unclassified, electronic, and sent to jenny.e.tomeo.civ@us.navy.mil with the subject line "N64498-26-SIMACQ-PD-51-0128". All interested business concerns are encouraged to respond, including HUBZone, 8(a) Small Disadvantaged Businesses (SDB), and Service Disabled Veteran-Owned Small Businesses (SDVOSB). Respondents must identify their small business socio-economic categories.
Important Notes
This is for market research only; the Government will not pay for information received and will not compensate for response development costs. Proprietary information will be protected with written permission. No phone calls will be accepted.