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
    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
    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.
    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
    Similar Opportunities
    Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking information from industry regarding capabilities to provide Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support. This procurement aims to offer eligible foreign customers a comprehensive range of U.S. Security Cooperation solutions, including sustainment material, systems upgrades, technical support, and maintenance services for naval vessels and related infrastructure across various countries. Interested parties are encouraged to submit their expressions of interest, detailing their capabilities and responses to specific questions by 12 PM PDT on January 25, 2026, to the designated contacts, Jason Gavinski and Karen Smith, via the provided email addresses.
    1377 - 1377-00-987-3603 M514 Impulse Cartridge MK 44 MOD 0
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 2,514 units of the M514 Impulse Cartridge MK 44 MOD 0, classified under the NAICS code 325920 for Explosives Manufacturing. This procurement involves items that contain explosives, necessitating compliance with safety regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002, which outlines safety precautions for ammunition and explosives. The solicitation will be available no earlier than the response date for this notice, and interested parties are encouraged to contact Alicia Wargo at alicia.l.wargo.civ@us.navy.mil or by phone at 771-229-0601 for further details. All responsible sources may submit an offer, and the government is open to considering commercial items that meet the requirements within 15 days of this notice.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Request for Information: Collaborative Integrated Air and Missile Defense requirements
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking industry input for the Collaborative Integrated Air and Missile Defense (IAMD) Planning Program. This Request for Information (RFI) aims to gather innovative software solutions, particularly those utilizing Artificial Intelligence (AI), to enhance IAMD planning capabilities for the U.S. Navy, including mission analysis, Course of Action (COA) development, and execution transition. The information collected will support the development, prototyping, production, and sustainment of software solutions that integrate with existing Navy systems. Interested parties are invited to submit white papers detailing their solutions and strategies by November 3, 2025, and may contact Rachel Jimenez at rachel.r.jimenez5.civ@us.navy.mil or Christopher Auen at christopher.d.auen.civ@us.navy.mil for further inquiries.
    Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory Engineering Services
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for engineering services under the Reverse Engineering, Science, and Technology for Obsolescence, Restoration, and Evaluation (RESTORE) Laboratory. The procurement aims to provide comprehensive research, development, simulation, evaluation, and engineering services for manned and unmanned Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) platforms, which are critical for national defense operations. This contract, classified under NAICS code 541330, has a size standard of $47 million and is set aside for 8(a) competed firms, emphasizing the importance of innovation and sustainment in C5ISR capabilities. Interested parties must submit questions by November 19, 2025, and proposals by December 15, 2025, with inquiries directed to Melissa Tell at melissa.k.tell.civ@us.navy.mil or Emily Green at emily.f.green.civ@us.navy.mil.
    1377 - 1377-01-170-1407; MW19; Cartridge Assembly, SEAWARS; DWG 851AS275
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking offers for the procurement of 330 units of Cartridge Assembly, SEAWARS, under the National Stock Number (NSN) 1377-01-170-1407. This contract involves the delivery of explosive ordnance items, which necessitate compliance with safety and security regulations, including a pre-award safety survey and adherence to DFARS 252.223-7002. The solicitation will be available on SAM.gov, and interested parties are encouraged to express their interest and capability to meet the requirements within 15 days of this notice. For further inquiries, potential bidders can contact Kyle Slusser at 771-229-1618 or via email at kyle.j.slusser2.civ@us.navy.mil.
    NSWC IHD CRADA partners to support the CAD/PAD Joint Program Office
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking Cooperative Research and Development Agreement (CRADA) partners to support the CAD/PAD Joint Program Office. The objective is to collaborate with entities that have expertise in the design and manufacture of cartridge actuated devices (CAD), propellant actuated devices (PAD), and other energetic technologies, focusing on areas such as product improvement, obsolescence mitigation, and new technology implementation. This initiative is crucial for enhancing the capabilities and reliability of various energetic devices, including electronic initiators and detonation transfer lines. Interested companies or academic institutions should submit their capabilities statements and relevant experience to Benjamin Kerlin at benjamin.m.kerlin.civ@us.navy.mil by December 31, 2025, as this notice serves as a request for information rather than a solicitation for proposals.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Rapid Screening Device
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for a Rapid Screening Device (RSD) to Thermal Hazard Technology Inc. This procurement aims to secure a unique instrument that assesses explosives by simultaneously measuring pressure and energy release while collecting product gases, addressing issues related to sample homogeneity. The contract will be a firm fixed price, and interested parties must submit their capabilities by May 17, 2025, at 3 PM EST to Sharon Cooper at sharon.cooper@navy.mil. Vendors must also be registered in the System for Award Management (SAM) to be eligible for consideration.