Opportunity
SAM #N0016426SNB64
Sources Sought for JTT-R Supplies and Services at NSWC Crane
Buyer
NSWC Crane
Posted
May 11, 2026
Respond By
May 26, 2026
Identifier
N0016426SNB64
NAICS
541330, 334511, 334220, 541715
The Naval Surface Warfare Center (NSWC) Crane Division is seeking information from industry for potential sources to provide supplies and services related to the Joint Tactical Terminal-Receiver (JTT-R) program. - Government Buyer: - Department of the Navy, Naval Sea Systems Command (NAVSEA), NSWC Crane Division - OEMs and Vendors: - DRS Advanced ISR LLC (only OEM/vendor specifically mentioned) - Products/Services Requested: - JTT-R related hardware: assemblies, subassemblies, components, testers, ancillary and associated equipment - Engineering, technical, logistical, and repair support services - Standup of organic test and repair capability - Research, development, and design - Product improvements - System and subsystem integration - Training and fleet support - Drawings, data, and software - Unique/Notable Requirements: - Seeking sources capable of providing both hardware and a broad range of technical services for JTT-R - Market research to potentially mitigate a sole-source justification to DRS Advanced ISR LLC - No specific part numbers or quantities provided - Place of Performance: - NSWC Crane, 300 Highway 361, Crane, IN 47522-5001
Description
The Naval Surface Warfare Center (NSWC), Crane Division JTT-R supply requirements are for assemblies, subassemblies, components, testers and associated equipment, as well as ancillary equipment. The JTT-R services requirements are for engineering, technical, logistical, and repair support, standup of organic test and repair capability, research, development and design, product improvements, system and subsystem integration, training, fleet support, drawings, data, and software.
This is a follow-on Contract to N0016420GWS46. NSWC, Crane Division, Crane, IN intends to award a sole-source contract to DRS Advanced ISR LLC (CAGE: 0CDN3), located in Beavercreek, OH. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 3204(a)(1) as implemented by FAR 6.103-1. Any other source would require significant and unacceptable additional costs and schedule delays, which would severely and detrimentally impact support of current EA-18G system and mission requirements. The Government is seeking information from companies mitigating the sole source basis listed above that have the capability to support JTT-R in an effort to conduct market research. Responses must have supportive information to mitigate the duplicative costs and time delays caused by certifying and qualifying a different source.
Contractors must be properly registered in the System for Award Management (SAM). 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.
Contractors may need to be properly registered in the Joint Certification Program (JCP) in order to receive the controlled attachments. Information about the JCP is at https://www.dla.mil/logistics-operations/services/joint-certification-program/.
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. The 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.
Questions or inquiries should be directed to Aaron Deich, Code 0225, telephone 812-381-4873, e-mail aaron.d.deich.civ@us.navy.mil. Please reference the above announcement number when responding to this notice. Responses received after 26 May 2026 may not be considered in the Government’s market research.