Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SPECIAL NOTICE

L -- Field Service Representative (FSR) Support for Counter Radio Controlled Improvised Explosive Device Electronic Warfare (CREW) technology and Electronic Warfare systems

Notice Date
12/18/2025 7:51:51 AM
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016426SNB21
 
Response Due
1/7/2026 11:00:00 AM
 
Archive Date
01/22/2026
 
Point of Contact
Lisa Demontagnac, Valerie Smith
 
E-Mail Address
lisa.d.demontagnac.civ@us.navy.mil, valerie.c.smith25.civ@us.navy.mil
(lisa.d.demontagnac.civ@us.navy.mil, valerie.c.smith25.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT-The Government is issuing this Sources Sought announcement as part of market research for FSR support for ground based and low altitude electronic warfare (EW) radio frequency (RF) systems in support of missions in all Combatant Command, and other Areas of Operation as they are identified. The FSRs will provide technical support to end users of EW/RF systems, by training EW officers and individual units on system maintenance and operation. FSRs will travel to customers in both Contiguous United States (CONUS) and Outside the Continental United States (OCONUS) locations. This is supporting Naval Surface Warfare Center Crane (NSWC Crane) Rapid Mission Integration & Interoperability Expeditionary Electronic Warfare Division. Systems currently being supported are the ones identified in the Statement of Work (SOW) provided as Attachment 1. This procurement is anticipated to be an Indefinite-Delivery Indefinite-Quantity (IDIQ) Firm-Fixed-Price (FFP) contract with cost-only line items with a five-year period of performance. The draft SOW is being provided with the issuance of the sources sought. Interested small businesses should submit a capabilities statement package of no more than fifteen pages demonstrating ability to perform the services outlined in the draft SOW. The attached SOW provides additional information about the required tasking. It is requested that, in response to this Sources Sought Announcement, a vendor identify whether it has the capability to perform all of the tasking or only specific portions of it. The Government will evaluate responses to determine set-aside viability. Also, if the vendor has any questions about requirements or structure of the SOW, please identify those in the response. The draft SOW is being provided with the issuance of this Sources Sought announcement for consideration and feedback from Industry to formulate a final SOW for issuance with the RFP. This announcement is a public invitation. Failure to participate or provide written feedback to the draft SOW will not preclude abstaining vendors from bidding on possible future solicitations. This announcement is part of the full-, free-, and open- competition process, which encourages industry and academia to help shape Government requirements to match what is possible, affordable, and timely. Failure to participate in this process or to provide written feedback may result in a future Government SOW and/or specification over which the abstaining vendors have limited influence in the acquisition process, and may deprive abstaining vendors of potentially valuable direct early interaction with Contracting officials and acquisition planners. SUBMISSION REQUIREMENTS: All information received in response and marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. NSWC Crane makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane�s view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this Sources Sought announcement is appreciated. All interested small businesses may submit questions and comments regarding the attached draft requirements documents. There is no page limit for questions/comments on the draft documents. Responses to the Sources Sought shall include the following: � Submitter�s name � Mailing address (Street address, City, State, Zip code) � Business size and category (large, small, small disadvantaged, etc.) � Website address (if applicable) � DUNS number � CAGE code � Government representative(s) Point of Contract (POC) � POC Telephone and email address � Announcement Number: N0016426SNB21 Responses shall be submitted in the following format: � Electronic (Adobe pdf or Microsoft Word) format � Not exceed ten pages in length � In 11 or 12-point, Times New Roman with normal (condensed) spacing � Margins of 1� or greater on all sides � Submitted via email Proprietary Information: Submitters are responsible for clearly identifying proprietary information. Submissions containing proprietary information must have a cover page and each page containing such information clearly marked with such a label as �Proprietary�. The Government will NOT provide funding to the interested party or submitter in response to this notice. The Government will not pay for any costs incurred in preparing a response to this sources sought. Of special interest to the Government, is the business�s experience and ability to prepare for and perform in hostile theatre environments and meet the requirements of CENTCOM Operational Contract Support policies and Procedures, Theater Business Clearance, at https://www2.centcom.mil/sites/contracts/Pages/GCO.aspx as well as complete the SPOT requirements. Small Business Contractors shall describe their experience in performing FSR tasking, training, and maintenance that allows the Government to determine whether two or more small businesses are capable of meeting the requirements of the solicitation. The contractor shall provide systems that have been supported previously and their ability to incorporate additional Joint Counter Radio Controlled Improvised Explosive Device Electronic Warfare (JCREW) systems into the FSR portfolio as required. If teaming arrangements are anticipated, describe compliance with FAR 52.219-14, Limitations on Subcontracting. The contractor shall also discuss experience they (or team members) have with supporting up to 10 employees in-theater; to include SPOT and CENTCOM Operational Contract procedures, as well as Defense Base Act insurance and hazard pay requirements. Contractors must be properly registered in the Government System for Award Management (SAM) database and the Joint Certification Program (JCP) in order to receive the controlled attachments. Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. Responses will not be considered as proposals and no award will be made as a result of this notice. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. When/if the Government issues an RFP, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this sources sought. Questions or inquiries should be submitted prior to the expiration of this announcement. The point of contacts for this effort are Lisa Demontagnac, Code 0225, email lisa.d.demontagnac.civ@us.navy.mil and Valerie Smith, Code 0225, e-mail valerie.c.smith25.civ@us.navy.mil. Please reference the above number when responding to this notice. Attachment 1: Draft SOW
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/63fac88dac4846a8a5da88dfe465270d/view)
 
Record
SN07669853-F 20251220/251218230038 (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.