Rapid Response Munitions Testing & Engineering Services Follow On
ID: N0017425SN0023Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Engineering Services (541330)

PSC

EQUIPMENT AND MATERIALS TESTING- WEAPONS (H210)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due May 13, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking responses from qualified entities for Rapid Response Munitions Testing and Engineering Services. The procurement aims to provide engineering services and rapid response testing support for various programs that enhance the safety and effectiveness of munitions, ensuring compliance with military standards and operational readiness. This opportunity is critical for supporting the warfighter by characterizing, testing, and documenting the performance of weapons and munitions, with a focus on safety, environmental analysis, and logistics. Interested companies must submit their responses, including a completed RFI Survey, to Kimberly S. Hall at kimberly.s.hall31.civ@us.navy.mil by May 13, 2025. The NAICS code for this opportunity is 541330, with a size standard of $25.5 million.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The DRAFT Performance Work Statement outlines the requirements for engineering services and rapid response munitions testing and engineering services to be provided to the Naval Surface Warfare Center Indian Head Division (NSWC IHD) and other Navy and Department of Defense (DoD) activities. The contractor's primary responsibilities include characterizing, testing, and documenting the performance of various energetic systems, including weapons, ammunition, and munitions. Key areas of testing encompass environmental dynamics, safety, handling, and performance characterization, with various military standards guiding these processes. The contractor is not to make inherent governmental decisions and must support the government’s testing and operational needs, preparing specific test plans and schedules as needed. Deliverables include comprehensive reports on testing, including scientific and technical findings. Security clearances and handling of controlled unclassified information are mandated, along with strict operational security protocols. Overall, the document serves as a framework to ensure that the contractor provides necessary technical capabilities in munitions testing while adhering to government standards and regulations. This structured approach aims to maintain the safety and effectiveness of munitions for the warfighter.
Apr 11, 2025, 3:13 PM UTC
The document is a Request for Information (RFI) from the federal government seeking entities capable of providing Rapid Response Munitions Testing and Engineering Services. It collects company information, including size and classifications. Key areas of testing services requested include safety testing, environmental analysis, mechanical function, and logistics supporting munitions. Companies must detail certifications (e.g., ISO9001), quality management processes, project management capabilities, cybersecurity measures, and disaster preparedness plans. Specific inquiries include security arrangements for storage facilities, risk management insurance, underwater explosive testing capabilities, and previous relevant contracts. The document aims to identify qualified contractors interested in the opportunity to participate in these services, focusing on operational readiness and compliance with safety and security regulations. Interested companies are requested to articulate their capabilities, resources, and willingness to engage in future projects under this framework.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
Buyer not available
The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
Weapons Effects
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking contractor support for scientific and technical services related to underwater (UNDEX) and air (AIREX) explosion analysis for Navy vessels. The primary objective is to utilize specialized software for simulating underwater shock environments, validating computational models, and conducting damage assessments to enhance ship survivability against weapon effects. This initiative is crucial for advancing the Navy's capabilities in assessing and mitigating the impacts of threat weapon engagements, ensuring operational readiness and compliance with government protocols. Interested parties are encouraged to respond to the Market Research Questionnaire by May 22, 2025, at 1200 ET, and may direct inquiries to Shelby B. O'Neill at shelby.b.oneill.civ@us.navy.mil or Esterlena D Unger at esterlena.d.unger.civ@us.navy.mil.
MHU-191 Transporter Assemblies FY25
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking qualified small businesses to manufacture and deliver MHU-191 Transporter Assemblies for fiscal year 2025. These assemblies are critical for the transport and loan of various weapons, stores, and equipment, as they are included on the Portable Ordnance Handling Equipment Allowance List for Combatant Ships. The contract will be structured as a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement with five ordering periods, and it is set aside for small businesses under the NAICS code 332710, which pertains to Machine Shops. Interested parties can reach out to Kimberly S. Hall at kimberly.s.hall31.civ@us.navy.mil or by phone at 301-744-6574 for further information, with the Request for Proposal (RFP) to be posted at a later date.
Manufacturing and Services Acquisition (MASA)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the Manufacturing and Services Acquisition (MASA) to support various military projects. The procurement aims to identify contractors capable of providing manufacturing and service support across five specific task areas: production hardware, research and development hardware, plating services, electronics assembly, and advanced machining. These services are critical for the fabrication and assembly of military products, ensuring operational readiness and technological advancement. Interested parties must submit their capabilities and contact information via email to Sara Cooper at sara.j.cooper4.civ@us.navy.mil by 3:00 PM EST on May 2, 2025, with submissions not exceeding 2 MB and avoiding .zip files.
Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.
GQM-163A Aerial Target Operation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is conducting a sources sought notice for the GQM-163A Aerial Target Operation, aimed at gathering market research for potential contractors. Interested parties must be certified through the Defense Logistics Information Services (DLIS) to access Controlled Unclassified Information (CUI) and must coordinate with their CAGE code’s Data Custodian for access. This opportunity is crucial for ensuring the operational readiness and effectiveness of aerial target systems, with responses due by May 7, 2025, at 3:00 PM PST. For further inquiries, interested contractors can contact Candice Gonzalez at candice.n.gonzalez.civ@us.navy.mil or Katy J. White at katy.j.white.civ@us.navy.mil.
13--BLK3 TOWED ARR GROO
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the BLK3 TOWED ARR GROO, which falls under the NAICS code 325920 for Explosives Manufacturing. This contract involves the manufacture and supply of specialized demolition materials, with specific requirements for design, quality assurance, and testing, including First Article Testing (FAT) and Production Lot Testing (PLT). The goods are critical for national defense applications, and the contract will be awarded bilaterally, requiring the contractor's written acceptance prior to execution. Interested parties must have a valid U.S. Security Clearance of Confidential or higher and are encouraged to contact Abigail R. Hurlbut at 717-605-6805 or via email at abigail.r.hurlbut.civ@us.navy.mil for further details. The solicitation emphasizes the importance of compliance with quality standards and the necessity for a Certificate of Conformance (COC) or Certificate of Acceptance (COA) with each shipment.
Intelligence Exploitation and Targeting Systems
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking sources for the development of Intelligence Exploitation and Targeting Systems. This sources sought notice aims to assess the industrial capabilities of potential contractors, with a focus on firms that can demonstrate their experience and ability to deliver high-quality, reliable solutions in accordance with NAICS code 541715, which pertains to Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). Interested firms are invited to submit a written response, including a capability statement, within 10 days of the notice's publication, referencing solicitation number N6893625R0030. For further inquiries, potential respondents may contact Julie Dack at julie.j.dack.civ@us.navy.mil or Joel Ashworth at joel.b.ashworth.civ@us.navy.mil.
SUPPORT SERVICES FOR ENGINEERING, ANALYSIS, PROGRAM SUPPORT, WEAPONS SURETY, POLICY, AND COMPLIANCE
Buyer not available
The Department of Defense, through the Strategic Systems Programs (SSP), is seeking capable contractors to provide support services for engineering, analysis, program management, weapons surety, policy, and compliance related to strategic weapon systems. The procurement aims to identify firms with expertise in nuclear weapons security, systems engineering, and program management, particularly in complex military projects, with a focus on delivering technical and administrative support across various locations. This initiative is critical for maintaining the effectiveness and security of U.S. nuclear deterrent capabilities, with a contract performance period anticipated from December 21, 2025, to December 20, 2030. Interested parties must submit detailed capability statements by May 2, 2025, to Righthero.Phillips@ssp.navy.mil, and are encouraged to demonstrate relevant past performance and qualifications.
Automotive Developmental Testing Capabilities
Buyer not available
The Department of Defense, specifically the U.S. Marine Corps, is seeking industry insights through a Request for Information (RFI) regarding automotive developmental testing capabilities for military vehicles. The objective is to gather information on current industry technologies, methodologies, and testing facilities that can support the development and testing of advanced ground vehicles, focusing on performance, durability, environmental factors, and safety. This RFI is crucial for identifying potential industry partners to assist with military testing initiatives, particularly given existing personnel constraints at government test centers. Interested vendors must submit a white paper response by May 5, 2025, and can direct inquiries to Danielle McAnally at danielle.k.mcanally.mil@usmc.mil or Tianna Brown at tianna.brown@usmc.mil.