SPECIAL NOTICE
13 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � Timed Firing Device (TFD)
- Notice Date
- 10/6/2025 11:26:05 AM
- Notice Type
- Special Notice
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016426SNB06
- Response Due
- 11/6/2025 11:00:00 AM
- Archive Date
- 11/21/2025
- Point of Contact
- Ryan Harvey, Phone: 8128264441, Allyson Nicholson
- E-Mail Address
-
ryan.d.harvey21.civ@us.navy.mil, allyson.d.nicholson.civ@us.navy.mil
(ryan.d.harvey21.civ@us.navy.mil, allyson.d.nicholson.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Naval Surface Warfare Center (NSWC) Crane Division is issuing this RFI/Sources Sought as part of market research pertaining to the Timed Firing Device (TFD). This is a follow on RFI/Sources Sought to N0016424SNB65 due to minor changes in the design detailed in the Technical Data Package (TDP). This effort is underway to gauge potential interest and establish the current state of industry, which may result in a competitive, five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Government is seeking companies with the capabilities and facilities to produce and test the TFD. The TFD is a precision electronic timed firing device for use in initiating a wide range of explosives. The device is small, lightweight and can be quickly and easily adapted to a wide range of standard and improvised demolition charge configurations with the supplied adapters. The draft Level II TDP can be found in the attached documents, containing a user manual, mechanical drawings, bills of material, and electrical schematics. The design of the TFD is owned by the United States Government and a build-to-print package containing mechanical and electrical definition will be provided to the manufacturer for the IDIQ contract. The TFD device as manufactured is an inert device with no energetics included directly in the shipping configuration. The TFD can be paired with a Low Energy Explosive Foil Initiator (LEEFI) fuse that will be procured from an approved source of supply and will be provided in a different shipping configuration than the TFD. This RFI/Sources Sought only relates to manufacturing the TFD units and does not include the manufacturing of the energetic LEEFI fuse. The interested parties should have the ability to handle and store these explosives for testing purposes. More information about the various accessories and specifications are available in the attached user manual. Firmware for the TFD and companion app information will be provided to the vendor as Government Furnished Property as part of the IDIQ contract. At this time, it is not the intent to have the manufacturer maintain the companion app or device firmware. The TFD design company is currently manufacturing the device in limited quantities for testing purposes, however the full-rate manufacturing requires another source. The current TFD designer is willing to assist in knowledge transfer and transfer of processes. All interested parties are strongly encouraged to submit an abbreviated synopsis or white paper. White papers should not exceed 3-5 pages with an executive summary (short paragraph) on the effort and MAY include digital copies of similar product brochures, spec sheets, a technical description, a preliminary schedule, identification of risks, and current Technological Readiness Level (TRL). Submissions may be sent by any Government or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. Responses from Small and Small Disadvantaged Businesses are strongly encouraged. Firms responding must indicate if they are a small business, socially and/or economically disadvantaged business, 8(a) firms, historically black colleges or universities, or minority institutions. In order to be considered a small business for this procurement, companies must be able to complete no less than 50 percent of the cost of manufacturing, excluding the costs of materials IAW FAR 19.505. If you are considered a small business under the above NAICS, please confirm that your company can perform at least 50 percent of the cost of manufacturing the supplies or products within your reply. Responses to the RFI shall include the following: Submitter�s Name and Business Size Status Street Address, City, State, NINE (9) digit ZIP code Point of Contact (POC) POC telephone, facsimile numbers, and email Announcement Number: N0016426SNB06 Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors 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. Information about the JCP is located at https://www.dla.mil/Logistics-Operations/Services/JCP/. The controlled attachments will be provided upon request, where the above has been verified. All interested parties are encouraged to submit above information for the Government(s) review by 06 November 2025 at 2:00 pm EDT. Information shall be submitted to Ryan Harvey, ryan.d.harvey21.civ@us.navy.mil, Allyson Nicholson, Allyson.d.nicholson.civ@us.navy.mil, and Alex Grannan, james.a.grannan2.civ@us.navy.mil. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/Sources Sought does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) and should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The Government is in no way liable to pay or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement or incurred for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. Questions or inquiries should be directed to Ryan Harvey, Code 0232, email: ryan.d.harvey21.civ@us.navy.mil. Please reference N0016426SNB06 in all correspondence and communication. UNCLASSIFIED responses to this RFI/Sources Sought shall be submitted as described above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7a2bc50fa58942119b3ab8b9343064d1/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN07612501-F 20251008/251006230034 (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 |