SPECIAL NOTICE
A -- Commercial Solutions Opening (CSO)
- Notice Date
- 3/12/2025 7:03:57 AM
- Notice Type
- Special Notice
- NAICS
- 54171
— Research and Development in the Physical, Engineering, and Life SciencesT
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425SC001
- Response Due
- 3/12/2028 2:00:00 PM
- Archive Date
- 03/27/2028
- Point of Contact
- Rebecca Lingenfelter
- E-Mail Address
-
rebecca.a.lingenfelter.civ@us.navy.mil
(rebecca.a.lingenfelter.civ@us.navy.mil)
- Description
- Commercial Solutions Opening (CSO) N00164-25-S-C001 Naval Surface Warfare Center, Crane Division (NSWC, Crane) The procedures outlined in this CSO apply to Areas of Interest posted under N00164-25-S-C001 OBJECTIVE: this announcement is intended to enable the rapid selection of innovative commercial solutions through a three-phased, competitive process. Including commercially-available technologies fueled by commercial or strategic investment, concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for defense application. SECTION 1 � INTRODUCTION 1.1 Background and Authority NSWC Crane�s mission is to deliver innovative solutions and readiness to the Nation and its Warfighters through application of Technical Capabilities; advance all-domain system of systems within the Mission Areas of Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare; conduct science and technology, research, development, test and evaluation, acquisition and in-service engineering across the Defense lifecycles. To achieve these mission imperatives, NSWC Crane regularly partners with private industry using a variety of collaborative tools in order to streamline the incorporation of innovative technology into the products and services delivered to the Warfighter. To accelerate the adoption of advanced technology, curate solutions to technology gaps, and lead rapid prototyping NSWC Crane issues this Commercial Solutions Opening (CSO) as authorized by 10 U.S.C. 3458 for the acquisition of innovative commercial products or commercial services through the use of a general solicitation. In this context �Innovative� means� (1) Any technology, process, or method, including research and development, that is new as of the date of submission of a proposal; or (2) Any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. NSWC Crane is seeking innovative commercial solutions relevant to the following areas of technological exploration: � Expeditionary Warfare Guided by the National Defense Strategy, NSWC Crane recognizes the priorities and threats shifted to the Pacific. NSWC Crane�s efforts must counter the multi-domain threats and deter aggression posed in the Indo-Pacific region. This reinforces the need of a Joint Force that is even more lethal, resilient, agile and responsive. Autonomous solutions with a focus on payload and sensor integration to enhance detection, tracking, identifying, decision making, maneuver and kinetic/non-kinetic engagement capabilities for multi-domain, uncrewed and counter-crewed systems are a strategic priority. Expeditionary Warfare Development�s heritage has been and continues to focus on rapid prototyping and proven solutions supporting the evolving needs of the Expeditionary force. � Strategic Missions As the Navy�s primary organic field activity for full life cycle management including hardware, ordnance and power systems, NSWC Crane applies the distinct capabilities inherent to its people and facilities to assure 100% operational readiness of strategic missile systems. Fleet Readiness and Modernization and Hypersonics are a top priority of the Navy and DoD. These strategic priorities require collaboration between the Navy, Air Force, and Missile Defense Agency to align appropriate requirements, technology development, rapid prototyping, production, sustainment and protection activities of ballistic missile systems to enable affordability, advance technology and reduce program risks to modernize the nuclear enterprise to defeat emerging threats worldwide. � Electromagnetic Warfare NSWC Crane�s Spectrum Warfare Department is the largest concentration of Electronic Warfare experts in the DoD. NSWC Crane provides non-kinetic expertise and electromagnetic spectrum dominance to all the services. Electromagnetic Spectrum Operations (EMSO) is a strategic priority due to the increasingly congested, contested and constrained environments. NSWC Crane supports multi-domain integrated solutions through multispectral capabilities utilizing technology development, rapid prototyping, production and sustainment. Pursuant to DFARS 212.7002, NSWC Crane will only use this CSO to obtain innovative solutions or potential capabilities that fulfill requirements and to close capability gaps, or provide potential innovative technological advancements. All products and services acquired using this CSO will be treated as commercial products or commercial services, awarded on a fixed-price basis. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 206.102-70, this announcement is a competitive selection of proposals based on a review by scientific, technological, or other subject-matter expert peers and is a competitive procedure. As a result of the competitive processes used under this CSO Announcement, multiple awards may be executed. The methods utilized to execute awards include: FAR-based contract, Purchase Order, Other Transaction Agreement (OTA), and/or Bailment Agreement. Under the authority of 10 U.S.C. 4022, NSWC Crane may award an Other Transaction Agreement (OTA) to vendors to carry out prototype project(s) directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. Under the authority of 10 U.S.C. 4023, NSWC Crane may procure (by contract or otherwise) ordnance, signal, chemical activity, transportation, energy, medical, space-flight, telecommunications, and aeronautical supplies, including parts and accessories, and designs thereof, that the Secretary of Defense or the Secretary concerned considers necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense. 1.2 General Solicitation and Evaluation Procedures NSWC Crane�s CSO is soliciting Solution Briefs in response to individual Areas of Interest (AOIs). AOIs are focused topic(s) categories that will be published separately and posted on the SAM.Gov website and the NSWC Crane public-facing website. All Solution Briefs submitted in response to AOIs will be governed by this CSO unless otherwise noted in the AOI. AOIs will be written in broad terms to maximize latitude in creativity when approaching a problem and to allow for maximum participation from nontraditional defense contractors and interested parties (entities) who may be unfamiliar with submitting traditional proposals to Government solicitations. The Government may post AOIs at any time. Interested parties are encouraged to frequently check the SAM.Gov website and the NSWC, Crane website for new AOI postings. Evaluation of responses will consist of the following 3 Phases: 1) Solution Brief, 2) Pitch, and 3) Full written proposal � described in more detail here: Phase 1 Solution Briefs: Solution Briefs submitted in response to an AOI shall be submitted as specified in Section 2 of this CSO. The Government will evaluate Solution Briefs against the criteria stated in this CSO. The Government will not pay entities for the costs associated with Solution Brief submissions. Phase 2 Pitch Session: Respondents whose Solution Briefs are evaluated to be of merit may be invited to provide a pitch following the instructions provided in Section 2.3 of this CSO. The Government reserves the right to limit the number of parties invited to pitch. As such, a company�s solution may be evaluated to be of merit, but not invited to pitch. In the event that the Government requires a demonstration, additional information will be provided in the specific AOI highlighting those procedures, otherwise Phase 2 will be comprised solely of the pitch. The Government will not pay entities for costs associated with pitches, unless otherwise stipulated. Phase 3 Proposal: Those entities whose Solution Brief and Pitch are evaluated to be of merit and are selected for potential award may be invited to submit a full written proposal following the instructions provided in Section 2.4 of this CSO. The Government will not pay entities for costs associated with the proposal in Phase 3, unless otherwise stipulated. SECTION 2 � GUIDELINES FOR SUBMISSION 2.1 General Guidelines 1. Unnecessarily elaborate brochures or proposals are not desired. 2. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. 3. Companies may submit multiple Solution Briefs in response to any single AOI if each submission represents a separate and distinct concept. 4. The period of performance for any Solution Brief or proposal submitted under this CSO should generally be no greater than 24-months. 5. Technical data with military application may require appropriate approval, authorization, or license for lawful exportation. 6. All Solution Briefs, Pitches, and Proposals shall be unclassified. Solution Briefs, Pitches, and Proposals containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences on the cover page: �This [select one: Solution Brief, Pitch, or Proposal] includes data that shall not be disclosed outside the Government, except to non-Government personnel for evaluation purposes, and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is awarded to this Company as a result of -- or in connection with � the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]� Each restricted data sheet should be marked as follows: �Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.� 7. Foreign-Owned businesses may independently submit a solution or do so as part of a teaming arrangement with one or more United States-Owned businesses. However, the ability to obtain an agreement based upon a submission may depend upon the ability of the Foreign-Owned business to obtain necessary clearances and approvals to obtain proscribed information. 8. Submissions must be submitted electronically. 9. Submissions sent through other channels or after the AOI period has ended will not be reviewed nor evaluated. 10. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.2 Phase 1 Solution Brief PHASE 1 SOLUTION BRIEF CONTENT Solution Briefs should not exceed five (5) written pages using 12-point font. Alternatively, Solution Briefs may take the form of briefing slides which should not exceed fifteen (15) slides. Briefs should include at a minimum: Title Page (does not count against page limit) Entity Name, Date, Point of Contact Name, E-Mail Address, Phone, and Address. Specifically identify the AOI for which the Solution Brief is submitted. Executive Summary of the technology (one page) Describe the concept and unique aspects of the technology as it relates to the AOI. Identify whether the solution is an existing technology that has satisfied a pilot or demonstration (ie, commercially ready and viable technology), or the if the solution will require development for defense application. If development or adaptation is proposed, identify a suggested path to mature the technology. Identify aspects of the solution which may be considered proprietary or Intellectual Property (IP) Provide a brief overview of the company, including a summary of product commercialization and go-to-market strategy. PHASE 1 SOLUTION BRIEF BASIS OF EVALUATION All solution briefs correctly submitted in response to an AOI will be evaluated against the stated criteria below. 1) (Y/N) The proposed innovative commercial solution, technology, process, or method, is new as of the date of submission of a proposal; or is an application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. 2) Relevance of the Solution Brief in addressing the AOI. 3) Technical Merit and feasibility of the solution to address Government AOI problem statement. 4) A quick, reasonable, and efficient way exists for the DoD to test the innovative commercial solution, within a specified duration, whether outside or integrated within the DoD infrastructures or networks, as appropriate. Additional technical evaluation criteria specific to a particular project may be used. In these instances, the additional criteria will be posted within the AOI announcement on the SAM.Gov and the NSWC Crane public-facing website. Solution Briefs will be evaluated on the basis of the merit of the proposed concept in addressing the AOI, not against other Solution Briefs submitted in response to the same AOI. Additionally, while not overtly stated in AOIs, the Government�s evaluation will consider whether the proposal increases the likelihood of accomplishing NSWC Crane�s Mission Focus Areas. All submissions will be evaluated, however, only a select few will be invited to pitch. The government reserves the right to limit the number of entities invited to pitch. As such, a company�s solution may be evaluated to be of merit, but not invited to pitch. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.3 Phase 2 Pitch PHASE 2 PITCH CONTENT In Phase 2, entities shall provide an in-person or virtual pitch to demonstrate and provide further details on their proposed innovative commercial solution and the technical and business viability of the proposed solution. The Government may elect to use external market research during the Pitch to evaluate viability. In addition to the Pitch, the Government, at its discretion, may request for consideration an additional written submission to further supplement the information provided in the Phase 1 Solution Brief. During the Phase 2 Pitch, the Company must detail/address: - Estimated Price/Schedule - Rough order of magnitude (ROM) or pricing - Anticipated Data Rights Assertions - During the Pitch, the Government may request the additional information/detail with respect to the information provided in the Phase 1 Solution Brief. PHASE 2 PITCH BASIS OF EVALUATION Individual pitches will be evaluated against the following factors: 1) Relevance of the pitch in addressing the AOI and the ability of the presenter to adequately address Government questions or concerns regarding the proposed application or use of the innovative commercial solution. 2) The solution has technical merit, adequately & realistically addresses Government need and can be quickly incorporated into DOD systems. 3) Reasonableness of the ROM 4) The associated delivery schedule is expeditious and realistic. Individual pitches will be evaluated on the basis of the merit of the proposed concept in addressing the AOI and the factors above, not against any other Pitches held under the same AOI. Pitch submissions will be valid for 180 calendar days after the pitch date. Upon completion of evaluations, the Government will notify the Company that: (1) the proposed concept/technology/solution has been selected for possible award and the entity is invited to submit a full proposal; (2) the proposed concept/technology/solution is not of interest to the Government; or (3) the proposed concept/technology/solution is of interest, but not eligible for a proposal due to availability of Government resources. If the proposed innovative commercial solution is of interest, but not eligible for a proposal due to availability of Government resources, the Company may be contacted with a request to respond to proposal request within 180 calendar days from the pitch date. If after 180 calendar days from the pitch date (or earlier if notified by NSWC, Crane), Government resources are not identified to formally move into Phase 3, the entity will no longer be eligible for an award under that particular AOI. 2.4 Phase 3 Proposal PHASE 3 PROPOSAL CONTENT The final phase of the evaluation process is the proposal request. Based upon the evaluation process detailed in Phase 1 and 2, the Government may request a full written proposal. The entity will be invited to develop and submit a full written proposal and negotiate appropriate terms and conditions. Entities may discuss ideas and questions related to the proposal with the Government POC during the proposal writing process. Each proposal submitted shall consist of two sections: Section 1 shall consist of the technical proposal; Section 2 shall consist of the price/cost/schedule. Proposals will be assessed by NSWC Crane technical and Contracting subject matter experts. Entities may propose their own internal terms and conditions (e.g., Service License Agreements (SLA) and/or User License Agreements (ULA)) to be considered during negotiations with the Government. Note, there are certain terms and conditions the Government is unable to accept. Awards made under this authority will only be issued as fixed price awards in accordance with DFARS 212.7002(b). However, projects awarded through the CSO are flexible to adopt customary industry standards where it is otherwise legal and where it meets the Government�s needs. At a minimum, written proposals must contain: - Title Page - Company Name, Point of Contact Name, Date, E-Mail Address, Phone, and Address and any subcontractors or team members. Include an abstract which provides a concise description of the proposal. - Description of the proposed innovative commercial solution - Background and objectives of the proposed solution, deliverables, and resources needed to execute. Include the nature and extent of the anticipated results. Include ancillary and operational issues such as certifications, algorithms, and any engineering/software development methodologies to be used. - If services, include a Statement of Work (SOW). - Provide a detailed project schedule that outlines the various phases of work to be accomplished within the proposed period of performance. You may refer to the Solution Brief that prompted this proposal request, but do not duplicate it. - Identify any Government material, equipment, data, or other items necessary. Phase 3 - Price Proposal The entity shall propose a fixed price for the item or service and provide any data or supporting information necessary for the determination of a fair and reasonable price. This can include, but is not limited to, commercial price catalog or other proprietary information to help the Government assess the proposed price. Additionally, if proposing an OT, while not required to be specifically addressed in the proposal (with the exception of the 1/3 cost-share requirement, if applicable), the Government will review the proposal to determine if the following OT statutory requirements are met: 1. Fits the definition of a prototype 2. Meets non-traditional participation/cost share requirement: Non-traditional defense contractor contributes to a significant extent or not; if not, 1/3 cost share implementation is addressed 3. Defense Utility: Solution is applicable to a DoD platform, system or component SECTION 3 � AWARDS 3.1 General Guidelines Upon favorable review and available funds, the Government may choose to make an award. Only Warranted Contracting Officers or Agreements Officers may obligate the Government by entering into or modifying a binding agreement on behalf of the Government. Awards made under this CSO will be fixed price. Contract type will be determined during Phase 3. Multiple awards may be made to pursue similar or dissimilar solutions should they all meet the technical criteria, be selected for award, and if funds are available. Entities must have a DUNs and CAGE Code registered in the System for Award Management (SAM) to receive award. Companies are advised to commence SAM registration upon receipt of a proposal request. Awardees must be determined to be responsible by the Contracting or Agreements Officer and must not be suspended or debarred from award by the Federal Government nor be prohibited by Presidential Executive Order and/or law from receiving award. Receipt of a proposal request does not guarantee receipt of award. The Government reserves the right, at any point prior to award, to cancel the request. Upon award, awardees must register in the prescribed Government invoicing system (e.g. Wide Area Work Flow). 3.2 Comptroller General Access to Information In OT projects that provide for payments in a total amount in excess of $5,000,000, the Agreement will include a mandatory clause that provides for the Comptroller General the ability to examine the records of any party to the agreement or any entity that participates in the performance of the agreement. 3.3 Procurement Integrity Act (PIA) All awards under this CSO shall be treated as Federal Agency procurements for purpose of 41 U.S.C. Chapter 21. Accordingly, the CSO competitive solicitation process and awards made thereof must adhere to the ethical standards required by the PIA. SECTION 4 - ITERATIVE PROTOTYPING As it is the mission of NSWC Crane to enable access to commercially-derived disruptive capabilities across the entirety of the DoD enterprise, Prototype OTAs awarded against this CSO will allow for an iterative prototyping process. An iterative prototyping process will allow the Government to modify, by mutual agreement, the work in a prototype project to allow the adaptation and modification of the technology being prototyped to meet additional unique and discrete purposes/mission sets. These additional unique and discrete purposes/mission sets can be generated by the original Government customer or originate with other organizations within the Federal Government. SECTION 5 � FOLLOW-ON PRODUCTION Upon successful completion of a prototype project under the OTA, the Government may negotiate a follow-on production contract or agreement without further competition. Any concept/technology/solution successfully proven through a Prototype OTA can be transitioned to production. AOIs posted by the Government under this CSO and Prototype OTAs awarded will include language providing for the potential award of a follow-on production contract or agreement as authorized under 10 U.S.C. � 4022 Individual AOIs and CSO prototype OTAs will explicitly identify follow-on Prototype OTAs as a potential outcome of a successful prototyping effort. SECTION 7 � SUCCESSFUL COMPLETION A transaction for a prototype project is complete upon the written determination of the appropriate approving official (program manager and Agreement Officer) for the matter in question that efforts conducted under a Prototype OTA: (1) met the key technical goals of a project; (2) satisfied success metrics incorporated into the Prototype OTA; or (3) accomplished a particularly favorable or unexpected result that justifies the transition to production. Furthermore, successful completion can occur prior to the conclusion of a prototype project to allow the Government to transition any aspect of the prototype project determined to provide utility into production while other aspects of the prototype project have yet to be completed. Any Prototype OTA shall contain a provision that sets forth the conditions under which that prototype agreement must be successfully completed. SECTION 8 � NON-GOVERNMENT ADVISORS Non-Government advisors may be used in the evaluation of Solution Briefs, Pitches and during Proposal development and negotiations. Non-Government advisors will have signed non-disclosure agreements (NDAs) with the Government. Companies may enter into specific NDAs directly with the Non-Government advisors or their corporate entities. Submission of an offer under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in evaluations of all phases of the CSO process. The Government understands that information provided in response to this CSO is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include: a. 18 U.S.C. 1905 (Trade Secrets Act); b. 18 U.S.C. 1831 et seq. (Economic Espionage Act); c. 5 U.S.C. 552(b)(4) (Freedom of Information Act); d. Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and, e. Any other statute, regulation, or requirement applicable to Government employees. NSWC, Crane policy is to treat all submissions as source selection sensitive information, and to disclose their contents only for the purpose of evaluation. Restrictive notices notwithstanding, during the evaluation process, submissions may be handled by support contractors for administrative purposes and/or to assist with technical evaluation. All NSWC, Crane and DoD support contractors performing this role are expressly prohibited from performing NSWC, Crane-sponsored technical research and are bound by appropriate NDAs. Submissions will not be returned. The original copy of each submission received will be retained at NSWC, Crane and all other non-required copies destroyed. A certification of destruction may be requested, provided the formal request is received at this office within 5 calendar days after notification that a proposal was not selected.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/922355ebde3146248d23b0ab1f139b81/view)
- Record
- SN07369013-F 20250314/250312230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |