SOURCES SOUGHT
58 -- SOLE SOURCE - REQUEST FOR INFORMATION/SOURCES SOUGHT Tri-Beam Emission and Receiver Laser Transmitter (TBEAR), Power Supply Control Unit Spares and Auxiliary Equipment in Support of the Multispectral Targeting System � FSC 5855 � NAICS 334511
- Notice Date
- 12/10/2025 8:55:45 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016426SNB15
- Response Due
- 12/25/2025 9:00:00 AM
- Archive Date
- 12/25/2025
- Point of Contact
- Lynn Masterson-Brinegar, Phone: 8123817224
- E-Mail Address
-
lynn.m.masterson-brinegar.civ@us.navy.mil
(lynn.m.masterson-brinegar.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance and Information (PGI) 206.302-1, the Government is issuing this RFI/Sources Sought Announcement as part of market research for the procurement of 43 each TBEAR laser, Power Supply Control Unit, Cable Assembly (TBEAR Laser transmitter) and Cable Assembly (TBEAR laser diode) in support of the Multi-Spectral Targeting Systems (MTS-A and MTS-B). Part Number Description 68901000-49-TBEAR 68901207-49-Power Supply Control Unit 68901204-29-Cable Assembly, Laser Transmitter 68901270-9-Cable Assembly and Laser Diode Naval Surface Warfare Center, Crane Division, located at Naval Support Activity, Crane, IN intends to issue a Request for Proposal on a sole source basis, to Northrup Grumman Systems Corporation, 2787 South Orange Blossom, Apopka, FL 32703-2010, cage code 34860, in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implement by FAR 6.302-1, Only One Responsible Source. The basis for restricted competition is the Government lack of a sufficient technical data package, duplicative costs to the Government that are not expected to be recovered through competition and unacceptable delays in fulfilling the agency requirement through any other source. In accordance with DFARS PGI 206.302-1, the Government is accepting information regarding capabilities and facilities from companies potentially capable of meeting the requirements as described above. Please provide information on performance on other Government contracts with similar efforts. Responses should include availability, budgetary cost estimates, and lead time of the solution, as well as whether a demonstration unit can be provided to expedite the decision-making process. Interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, budgetary estimate of test articles, production units, production quantity breaks to mitigate the reason why the Government should not procure this effort on a sole source basis. Responses shall include the following: Submitter�s Name Streed address, City, State, nine-digit zip code Business Size Point of Contact (POC) POC phone number Company Cage Code Announcement number N0016426SNB15 Contractors mut be properly registered in the Government System of Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirement by calling 1-866-606-8220 or at www.sam.gov . At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/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 US 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. Information may be submitted to the NSWC Crane Contracting Point of Contact (POC) any time prior to the expiration of this announcement. The Point of Contact for this effort is Lynn Masterson-Brinegar, E-mail: lynn.m.masterson-brinegar.civ@us.navy.mil Phone: (812) 381-7224. The mailing address is: NAVSURFWARCENDIV Crane, attention Lynn Masterson-Brinegar, Code 0231, BLDG 3373, 300 Highway 361, Crane, IN 47522-5001. Reference N0016426SNB15 in the subject line of e-mails. Submissions in response to this RFI shall be submitted to the NSWC Crane Contracting POC by 12:00 PM Eastern Time 25 December 2025. Responses received after this date may not be considered in the Government�s market research. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. The Government will NOT be responsible for any proprietary information not clearly marked. The Government shall not be required to return any submitted material.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c6625d80333b48b3ada12655682d8298/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN07662563-F 20251212/251210230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |