Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2025 SAM #8703
SOLICITATION NOTICE

59 -- SOLE SOURCE � PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES

Notice Date
9/22/2025 9:00:21 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016426RJW81
 
Response Due
10/6/2025 11:00:00 AM
 
Archive Date
10/21/2025
 
Point of Contact
ROSS ADAMS, Phone: (812) 381-7283
 
E-Mail Address
ross.m.adams2.civ@us.navy.mil
(ross.m.adams2.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Naval Surface Warfare Center, Crane Division (NSWC Crane), in support of PMA-290 Maritime Patrol and Reconnaissance Aircraft (MPRA) P-8A Poseidon (P-8A), has a requirement for a Wideband Satellite Communications System (WBSC) Radome. Efforts will include but are not limited to Weapons Replaceable Assemblies (WRAs) production, which includes the WBSC Radome (PN 10025-1), Test, Teardown, and Evaluation (TT&E), Repairs, and Engineering and Logistics Support Services. The estimated maximum contract value is $16M, and minimum contract value is $1,000. The anticipated timeframe for the release of the solicitation is estimated to be in the first quarter of Fiscal Year (FY) 2026 with an award of the procurement in the second quarter of FY2026. NSWC Crane, located at Naval Support Activity, 300 Highway 361, Crane, IN, 47522, intends to award a five year, Indefinite Delivery Indefinite Quantity, Firm Fixed Price, sole-source contract to CPI Radant Technologies Division 255 Hudson Road, Stow, MA 01775. Delivery will be FOB Origin. This effort will be conducted on a sole source basis in accordance with statutory authority 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. Awarding this effort to another vendor would incur substantial duplication of costs and unacceptable delays. All responsible sources may submit a capability statement, proposal which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement. The Solicitation and amendments for this sole source action will not be posted to SAM.gov and are available only from POC identified below. A related Request for Information, N0016425SNB36, was previously posted on SAM.gov. Contractor must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM Registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at Sam.gov. If any part of the submittal is classified, please contact the POC for appropriate submission information. Questions or inquiries should be directed to Ross Adams, Code 0233, Email: ross.m.adams2.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0a16f4482fd64aa9a674e3cf9bfc565b/view)
 
Place of Performance
Address: Stow, MA 01775, USA
Zip Code: 01775
Country: USA
 
Record
SN07599995-F 20250924/250922230048 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.