govindex
Log in Sign up
Contract Record
Notice ID: e68d953fdc6e44dab12fa84c12b8bb7c
Sources Sought Posted 2026-02-27 19:15:25.409+00 Due 2026-03-30 21:00:00+00

Kitting, acquisition, management, warehousing/inventory management, and delivery of parts/materials used to overhaul multiple radar antenna systems and fire control systems.

Agency
DEPT OF DEFENSE
Notice ID
e68d953fdc6e44dab12fa84c12b8bb7c
Type
Sources Sought
Posted
2026-02-27 19:15:25.409+00
Award Amount
--
Description
The Government is issuing this announcement as part of market research only. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This notice does not constitute a Request for Proposal, Request for Quote, or Invitation for Bid. This notice shall not be construed as a contract, promise to contract, or as a commitment of any kind by the Government. The Government is not seeking or accepting unsolicited proposals. 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. This RFI is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. Naval Surface Warfare Center, Crane Division (NSWC Crane), Crane, IN, is seeking information from companies that have the capability and facilities to obtain individual hardware items, inspect and determine if the hardware meets the Government requirements, assemble the individual parts into system repair kits and individual parts, the ability to pass on stringent quality requirements to suppliers, warehouse and manage inventory, and deliver parts/materials used to overhaul radar systems and fire control systems. Interested businesses with the capability and facilities to provide the type of supply, as well as the experience/expertise, should review the Attachment 1 DRAFT Statement of Work (SOW), Attachment 2 DRAFT Appendix A Parts/Materials list, and Attachment 3 Industry Questionnaire matrix, and submit the requested information identified by the corresponding item number on the matrix. White papers, referenced within the Attachment 3 Industry Questionnaire matrix, and submitted in conjunction with this RFI, shall be in electronic format. The font size shall not be smaller than 10 pt. font and the margins shall not be less than ¾ inches. A cover page which includes the company name, address, CAGE Code, business size based on 1,250 employees for NAICS 334511, and points of contact shall be included. The cover page is not considered in the total page count. Respondents should clearly indicate on the cover page the corresponding item number. The Government may contact RFI respondents to obtain clarification on the information submitted. If additional clarification is required, a Capability Statement of no more than one (1) 8.5” x 11” page, excluding the cover sheet, may be provided. The cover sheet should clearly indicate the corresponding item number along with the “Characteristic/Capability” statement. Respondents to the RFI must include the following: Contractor’s name Street Address, City, State, Zip Code Business Size CAGE Code Point of Contact (POC) POC telephone POC email address Announcement Number: N0016426SNB41 Contractors must be properly registered in the System for Award Management (SAM.gov). Respondents 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. Also, the Contractor must be current with its submission of the VETS?4212 Report, verified via query of the Department of Labor’s VETS?4212 Database via the Internet at http://www.dol.gov/vets/vets4212.htm. The technical data package may contain information that is export controlled. Only those companies that have a completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export-controlled information. Additional information is available at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Contractors must be properly registered in the Procurement Integrated Enterprise Environment (PIEE). Information about PIEE is located at https://piee.eb.mil . Information regarding how to set up a vendor registration is included in this link: DoD Procurement Toolbox at https://dodprocurementtoolbox.com/site-pages/solicitation-module . Choose Vendor Access Instructions. Additional training is available at this link: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml . SUBMISSION OF RESPONSES: NSWC Crane will accept only electronic unclassified submission of responses. All responses must be submitted by close of business on March 30, 2026. Questions or Inquiries should be directed to Cheryl Biel, Code 0234, cheryl.a.biel.civ@us.navy.mil prior to the closing of this announcement. Please reference the above announcement number when responding to this notice. All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. Your interest in this response is appreciated.

Basic Information

Notice ID
e68d953fdc6e44dab12fa84c12b8bb7c
Solicitation #
N0016426SNB41
Type
Sources Sought
Base Type
Sources Sought
Posted Date
2026-02-27 19:15:25.409+00
Response Due
2026-03-30 21:00:00+00
Archive Date
2026-04-14 00:00:00+00
Archive Type
auto15
Active
Yes

Agency

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NSWC CRANE
CGAC
017
FPDS Code
1700
AAC Code
N00164

Award

Awardee
--
Award Amount
--
Award Number
--
Award Date
--

Classification

NAICS Code
334511
Classification Code
5340
Set-Aside
No Set aside used
Set-Aside Code
NONE

Place of Performance

Street
--
City
--
State
IN
ZIP
47522
Country
USA

Organization

Type
OFFICE
City
CRANE
State
IN
ZIP
47522-5001
Country
USA