Opportunity

SAM #N00174-26-SIMACQ-10-0070

Strand Burner Equipment and Automation System Procurement for NSWC Indian Head Division

Buyer

NSWC Indian Head

Posted

May 07, 2026

Respond By

May 22, 2026

Identifier

N00174-26-SIMACQ-10-0070

NAICS

333999, 541330, 333994

NSWC Indian Head Division is seeking industry input for the procurement and installation of advanced strand burner equipment and automation systems to support its mission requirements. - Government Buyer: - Department of the Navy - Naval Surface Warfare Center Indian Head Division (NSWC IHD) - OEMs and Vendors: - DIT (brand compatibility required for strand burner heads and system components) - Products Requested: - 30 Cloverleaf style strand burner heads, DIT brand compatible, rated at 10,000 PSI - 10,000 PSI Remote Valve Rack with extra transducers for calibration rotation - Control Console for remote valve operation, including integrated Data Acquisition System - System must control and record test cell pressure, temperature, burn rate calculations, and delta pressure - Services Requested: - Installation and calibration of all strand burner equipment and associated systems - Training for operation and maintenance of the installed equipment - Unique Requirements: - Equipment must be compatible with DIT strand burner systems - Data acquisition system must support advanced test cell monitoring and calculations - Contractor responsible for packaging, handling, transportation, and installation at NSWC IHD - Government inspection upon delivery - Place of Performance: - Naval Surface Warfare Center Indian Head Division, 4219 South Patterson Road, Indian Head, MD 20640-1533

Description

This is a Sources Sought Synopsis. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government from an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for solicitation will not receive a response. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made because of this market survey.

The Naval Surface Warfare Center Indian Head (NSWC IHD) is looking to procure latest strand burner automation system and Data acquisition system. Additionally, IHD would like to get some replacement strand burner heads. This requires a functioning Strand burner system to maintain/upgrade mission capabilities to satisfy the increased demand.

The task is in support of NSWC IHD for the Strand Burner Equipment. In performance of these tasks, the Contractor shall have thorough knowledge and understanding in the following areas:

Strand burner heads:

•           Cloverleaf style heads

•           10,000 PSI rating

•           QTY 30

10,000 PSI Remote Valve Rack:

•           Require extra set of transducers for calibration rotation

Control Console:

•           All valves are controlled from the remote console

•           Data Acquisition System

•           Control/record Test Cell Pressure

•           Control/record Test Cell Temperature

•           Handle Burn Rate Calculations

•           Record Delta Pressure

Installation and Calibration of Equipment:

Training with Equipment:

Please see the attached draft Performance Work Statement for required tasking.

It is requested that interested businesses submit a brief capabilities statement (no more than 10 pages in length, 12-point font minimum) demonstrating ability to perform the services listed above. This documentation should address prior/current experience performing efforts of a similar size and scope within the last 3 years, including contract number, organization support and indication of whether as a prime or subcontractor. If company is a small business, documentation must also address company’s ability to perform at least 50% of the work.

All responses must include the following information: Company Name; Company Address; Company Business Size; Taxpayer Identification number; DUNS number; CAGE code; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.

View original listing