Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2026 SAM #8867
SOURCES SOUGHT

R -- N0016426SNB47 - Professional Support Services NSWC Crane Code GXW; PSC R425, NAICS 541330

Notice Date
3/5/2026 10:05:59 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016426SNB47
 
Response Due
3/20/2026 11:00:00 AM
 
Archive Date
04/04/2026
 
Point of Contact
Bryce Jenkins, Phone: (812) 381-5463, Matt Burch, Phone: 8123814489
 
E-Mail Address
bryce.c.jenkins.civ@us.navy.mil, matthew.l.burch2.civ@us.navy.mil
(bryce.c.jenkins.civ@us.navy.mil, matthew.l.burch2.civ@us.navy.mil)
 
Description
SOURCES SOUGHT/ REQUEST FOR INFORMATION (RFI) � This SOURCES SOUGHT NOTICE is issued on behalf of the Global Deterrence and Defense Department (Code: GX) and the Systems Hardware and Test Division (Code: GXW) at Naval Surface Warfare Center, Crane Division (NSWC Crane). The NSWC Crane Contracting Department is seeking potential sources to provide non-personal professional, engineering, technical assessments and special studies, and management support services required by GXW. GXW requires services to support development of processes and technical information based on specific Naval and Strategic Weapons Systems (SWS) experience in areas including: strategic nuclear weapons, Ship, Submersible, Ballistic, Nuclear (SSBN) platforms, nuclear safety and security, missile testing, and SWS shipyard integration. Key programs to be supported include the Trident D5 Life Extension Program (D5LE2), System Level Test (SLT), Strategic Weapons Systems Ashore (SWSA), Nuclear-Armed Sea-Launched Cruise Missile (SLCM-N), Strategic Systems Programs (SSP) System�s Engineering, and the Shipyard Installation Test Program (SITP). The Statement of Work (SOW) will include the following tasks to be executed in various locations including but not limited to: NSWC Crane; Strategic Systems Programs Headquarters (SPHQ) in Washington D.C.; and Cape Canaveral Space Force Station (CCSFS) in Cape Canaveral, FL. Other sites may be required on an as directed basis or may be permitted on as requested basis. The Task Order will provide an estimated amount of ODCs for travel and materials incidental to the performance of the service. Requirements consist of the following six (6) Task Areas: � Strategic Weapons System (SWS) Ashore � Shipyard Installation Test Program (SITP) � SWS Ashore Missile Tube Conversion � Sea-Launched Cruise Missile � Nuclear (SLCM-N) � System Level Test (SLT) � SSP Systems Engineering Support The purpose of this sources sought/RFI is to determine the availability and technical capability of current SeaPort-NxG MAC holders to provide the required services for each Task Area. Additionally, this notice is being published with the intent to conduct market research, determine the availability of small business concern participation as either prime or subcontractors, and promote competition. The North American Industry Classification System (NAICS) Code identified for this requirement is 541330, Engineering Services. The Product Service Code (PSC) is: R425-Support-Professional: Engineering/Technical This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a 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 Government is not obligated to and will not pay for information received in response to this notice. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Respondents will not be notified of the results of this sources sought notice. 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. Services associated with this requirement are currently being procured via the following task order: Contract Number - N00178-819-D-7934 / N0016420F3017 Contractor � JRC Integrated Systems, Inc. Required Capabilities: NSWC Crane is considering a Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE) type contract with a one (1) year base and four (4) option years, competed among SeaPort-NxG MAC holders. In response to this sources sought, companies shall provide written capability statements that demonstrate their ability to successfully perform the required services for each Task Area. In order for the Government to consider setting aside any of the potential task areas, Small Business Primes, along with similar situated subcontractors, must show that they can perform more than 50% of the effort as the small business concern. The total LOE is estimated at fifty-seven (57) Full-Time-Equivalents (FTEs) per year or 538,288 hours. Responses: Respondents should submit responses in electronic format either Microsoft Office 2007 or later compatible and/or Adobe 8.0 or later compatible formats. The purpose of the sources sought is to identify all potential SeaPort-NxG sources to be capable of performing the resultant Task Order(s) via a fair consideration/opportunity limited to all SeaPort-NxG MAC holders (Prime/Subcontract). Therefore, only responses from SeaPort-NxG MAC holders will be considered as part of the market research. Responses must: � Reference tracking number: N00164-25-RFPREQ-CR-GXT-0010 � Be provided electronically only to Bryce Jenkins @ email: bryce.c.jenkins.civ@us.navy.mil. Submissions may be provided any time prior to expiration of this announcement. It should be noted that telephone replies will not be accepted. � Include the name, position, telephone number, and e-mail address of the Industry Point of Contact (POC) for technical and contractual issues. � Be typed in Times New Roman font with 12-point type size and not exceed 10 pages. � A page is considered as one side of a sheet 8 � inches by 11 inches. � A matrix outlining the ability for the potential Offeror to perform tasks (or a subset of tasks) defined in the Draft SOW. Specifically, Offerors shall address which tasks they can perform themselves and which portions of the work would need to be subcontracted out to other companies. � A narrative addressing the potential Offeror�s ability to: 1. Meet key personnel requirements outlined in Attachment 2, whether from prime or subcontractor capabilities. 2. Meet Security Requirements in SOW Paragraph 3.8. In particular, an Offeror�s current Facility Clearance Level and current Safeguarding Level for classified information. 3. Meet Contractor Facility Requirement locations in SOW Paragraph 6.5. � Include the business size status of the prime and all anticipated team members as registered in SAM.gov. � Include SeaPort-NxG MAC Contract Number. � Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Classified material SHALL NOT be submitted. � Contractors are encouraged to submit requests for clarification of the tasking outlined that may not be clearly understood. ALL questions/requests for clarifications shall be submitted via email to bryce.c.jenkins.civ@us.navy.mil. � Please be advised that all submissions become Government property and will not be returned. ATTACHMENTS: 1. Draft SOW 2. Draft Personnel Qualifications
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cface366c823470e92ddb2c30fda5643/view)
 
Place of Performance
Address: Crane, IN 47522, USA
Zip Code: 47522
Country: USA
 
Record
SN07736386-F 20260307/260305230050 (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!  © 1994-2026, Loren Data Corp.