Opportunity
SAM #N0016426QLN05
Sole Source IDIQ for MTS Component Supplies and Repair at NSWC Crane
Buyer
NSWC Crane
Posted
May 13, 2026
Respond By
May 30, 2026
Identifier
N0016426QLN05
NAICS
334511, 334419, 423690
This opportunity from NSWC Crane seeks a sole source contractor for a 5-year IDIQ to support sustainment and repair of Multispectral Targeting System (MTS) components. - Government Buyer: - Naval Surface Warfare Center (NSWC) Crane, under the Department of the Navy (NAVSEA) - OEMs and Vendors: - Raytheon Company (OEM of MTS systems) - North Atlantic Industries Inc. (OEM of several MTS components, CAGE Code 0VGU1) - Products/Services Requested: - Pulse Width Modulator Assembly for MTS - Power Converter Chassis, 28V DC for MTS - Field Download Kit, JTAG Programmer for MTS - 28V 600 Watt DC Power Supply for MTS - Future MTS components as required - Engineering services: teardown, inspection, testing, failure analysis, and repair of MTS components - Unique/Notable Requirements: - Sole source procurement due to proprietary nature of MTS systems and components - Registration in SAM and JCP required for access to controlled documents - Opportunity is for commercial items under FAR 12.201-1 - All responsible sources may submit capability statements for consideration
Description
N0016426QLN05 – SOLE SOURCE – SUPPLIES, REPAIR MTS COMPONENTS – FSG J059/5998 – NAICS 334511
ISSUE DATE 12-MAY-2026 – CLOSING DATE 29-MAY-2026 – 11:00 p.m. Eastern Time
ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for A 5-Year IDIQ procurement for sustainment supplies, engineering services, teardown/inspection, test, failure analysis and repair for various Multispectral Targeting System (MTS) components such as Pulse Width Modulators Assemblies (PWM); Power Converter Chassis, 28V DC; Field Download Kit, JTAG Programmer; 28V 600 Watt DC Power Supply and future MTS components.
SOLE SOURCE PROCUREMENT- The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source only, North Atlantic Industries Inc. of New York, Cage Code 0VGU1, under the authority of FAR 12.201-1 for commercial items. This is being solicited on a sole source only basis because The services required by this contract are for the sustainment of the proprietary MTS systems manufactured by Original Equipment Manufacturer (OEM), Raytheon Company. The services and spares being procured are in direct support of the repair of the MTS, which has been deployed on Navy, Army, Air Force, and Special Operation manned and unmanned, fixed wing and rotary wing air vehicles. The MTS OEM, Raytheon Company, has designed and produced the MTS with several of the MTS components from North Atlantic Industries, Inc. All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
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 866-606-8220 or via the internet at https://sam.gov.
Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via https://sam.gov. Information about the JCP is located at https://www.dla.mil/logistics-operations/services/joint-certification-program/. The controlled attachments will be posted at the same time as the solicitation is posted.
This solicitation is being issued pursuant to the procedures at FAR 12.201-1. as a written Firm Fixed Priced Request for Quotes . Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N0016426QLN05 is hereby issued as an attachment hereto.
All changes to the requirement that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov/. It is the responsibility of interested vendors to monitor https://sam.gov/ for any amendments, which may be issued to this solicitation.
For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award.
Offers shall be e-mailed to rose.m.brown44.civ@us.navy.mil. All required information must be received on or before 29-MAY-2026 – 11:00 p.m. Eastern Time.