Opportunity
SAM #N0016426SNB74
Market Research for Overhaul and Repair of Radar Antenna and Fire Control Systems at NSWC Crane
Buyer
NSWC Crane
Posted
May 13, 2026
Respond By
June 15, 2026
Identifier
N0016426SNB74
NAICS
811219, 811210, 334511
The Naval Surface Warfare Center (NSWC) Crane Division is seeking information from industry regarding overhaul and repair services for radar antenna and fire control systems. - Government Buyer: - Department of Defense, Department of the Navy, NSWC Crane Division - Contracting office located at 300 Highway 361, Crane, Indiana - Products/Services Requested: - Overhaul, repair, analysis, and shipboard installation of multiple radar antenna systems and fire control systems - Technical support services related to these systems - No specific part numbers, models, or quantities provided - Notable Requirements: - Ability to perform all aspects of overhaul and repair, including shipboard installation - Registration in the System for Award Management (SAM) and Joint Certification Program (JCP) required to access controlled documents - Services are similar to those previously provided under contract N0016422DWP79 - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Interested parties are encouraged to review the draft Statement of Work (SOW) and reference documents and respond with their capabilities.
Description
The United States Government (USG) is issuing this SS announcement in accordance with 5.201(c) as part of market research. Naval Surface Warfare Center (NSWC) Crane Division is seeking information from companies that have the capability and facilities to overhaul and repair multiple radar systems, to include technical support services that complete the repair, overhaul, analysis, and shipboard installation process. This requirement is intended to include overhaul and repair service requirements previously met under N0016422DWP79. a) This SS is issued for conducting market research IAW FAR Part 10. b) The Government does not intend to award a contract on the basis of this solicitation nor to pay for the information solicited as a result of this notice. c) Although “proposal” and “offeror” may be used in the SS, your response will be treated as information only. It shall not be used as a proposal. d) The Government is not seeking or accepting unsolicited proposals. This notice shall not be constructed as a contract, a promise to contract, or a commitment of any kind by the Government. e) This SS is issued for the purpose of determining industry inputs and interest for the procurement of supplies and services. f) Any small business that believes they can accomplish this entire requirement should indicate their small business statue (see FAR Part 19) in their response. Interested parties are strongly encouraged to submit an initial synopsis (commonly referred to as “white paper”). Any responses received after the closing date will also be considered but may not be included in initial reporting or assessments. All responses should be submitted via email to Aunaka Wasil, Contract Specialist at Aunaka.l.wasil.civ@us.navy.mil and copy Diane Bright diane.m.bright5.civ@us.navy.mil. White papers, referenced within the Industry Response Questionnaire (Attachment 2), and submitted in conjunction with this SS, shall be in electronic format. Responses to this SS should not exceed ten (10) pages (exclusion of supporting information such as commercial literature, catalogues, manuals, etc.), typed in 12-point Times New Roman font, single spaced, with 1-inch margins. Paper should be 8.5” x 11” with a minimum of 1-inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format. Submitted electronic files should be compressed. All information received in response to this SS that is marked proprietary will be handled accordingly. Interested businesses with the capability and facilities to provide this type of service should review the draft SOW and reference documents (Attachment 1), address all Item Numbers within the Industry Response Questionnaire (Attachment 2), and submit the requested information identified by the corresponding Item Number. Responses shall include the following: Submitter’s Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) Announcement Number: N0016426SNB74 The cover page is not considered in the total page count. Respondents should clearly indicate on the cover page the corresponding Item Number or “Capability Statement.” The Government may contact SS respondents to obtain clarification on the information submitted. The cover sheet should clearly indicate the corresponding Item Number along with the “additional information clarification” statement. Respondents are encouraged to provide comments regarding the viability of the SOW or portions thereof and any recommended additions, deletions, and edits. - Cover Sheet: SS number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date - Table of Contents: Include a list of figures and tables with page numbers - General response information - List of abbreviations and acronyms Product line brochures, catalogue excerpts, etc., may be submitted and referenced with the general capability statement and are except from the page limit. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses. The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this SS will be safeguarded and handled in accordance with applicable Government regulations. All responses shall be unclassified. All assumptions, including any assumed USG support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane’s view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Diane Bright at diane.m.bright5.civ@us.navy.mil with a copy to the Contract Specialist, Aunaka Wasil at Aunaka.l.wasil.civ@us.navy.mil. This information 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. Responses to this notice cannot be accepted as offers. The USG 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. Nothing in this announcement constitutes an obligation on the part of the USG. Any information provided that is marked as proprietary information will be returned to contractors. The USG may elect to visit, or host a visit, for any potential source following the market survey. Your interest in this program is appreciated. Information may be submitted by any USG or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. The NSWC Crane Division encourages participation by small business, small disadvantaged business, HUB Zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. Small business size status should be indicated on the cover page of the white paper. Contractors must be properly registered in the Government System for Award Management database (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Contractors may obtain information on SAM registration and annual confirmation or requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. Information about the JCP is at https://www.dla.mil/logistics-operations/services/joint-certification-program/. The controlled attachments will be posted at the same time the solicitation is posted. Responses to this SS is strictly voluntary and will not affect any potential offeror’s ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the USG will arise as a result of preparing submissions in response to this SS and the USG’s use of such information. If a formal solicitation is generated at a later date, a solicitation notice will be published. All information provided becomes USG property. Your interest in this response is appreciated. All interested parties should provide the requested information regarding this announcement no later than 23:59 EST on or before 12 June 2026, at the Naval Surface Warfare Center, Crane Division. Submission may be submitted any time proper to expiration of this announcement. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. The following e-mail point of contact is provided for information regarding technical programs/technologies of interest with the warfare areas supported by the NSWC Crane Radar Technologies Division and for submission of white papers: NSWC Crane Contracting Office point of contact, Diane Bright (email: diane.m.bright5.civ@us.navy.mil).