SOLICITATION NOTICE
58 -- SOLE SOURCE � PRODUCTION, REPAIRS, INCIDENTAL SERVICES
- Notice Date
- 10/1/2025 9:39:48 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
- N0016426RMP02
- Response Due
- 10/15/2025 11:00:00 AM
- Archive Date
- 10/30/2025
- Point of Contact
- ANGIE COOPERIDER, Phone: 8123817267
- E-Mail Address
-
angela.w.cooperider.civ@us.navy.mil
(angela.w.cooperider.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), and PMA-262 Persistent Maritime Unmanned Aircraft Systems (PMUAS) Triton Systems, has a requirement for Cross Domain Solutions Hardware Wall (CDS HWW). Efforts will include, but are not limited to production, which includes the CDS HWW (PN HWW-1U-3L-3-HW), Test, Teardown, and Evaluation (TT&E), Repairs, and Engineering support. The estimated maximum contract value is $24.8M, and minimum contract value is $4,000. The anticipated timeframe for the release of the solicitation is estimated to be in the second quarter of Fiscal Year (FY) 2026 with an award of the procurement in the third 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 The Boeing Company 460 Herndon Pkwy, Herndon, Virginia 20170. Delivery will be F.O.B. 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(a)(2), only one responsible source and no other type of 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 synopsis 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, N0016425SNB41, was previously posted on SAM.gov. Contractors must be properly registered in the Government System for Award Management (SAM) database. Contractors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.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 Angie Cooperider, Code 0233, telephone 812-381-7267, e-mail angela.w.cooperider.civ@us.navy.mil. Please reference the above solicitation number (N0016426RMP02) when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d95eac9279d94c7ca9373883989545a6/view)
- Place of Performance
- Address: Herndon, VA 20170, USA
- Zip Code: 20170
- Country: USA
- Zip Code: 20170
- Record
- SN07610192-F 20251003/251001230044 (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 |