New Manufacturing of the AN/SPG-62 Reflector for the Mk-99 Fire Control System
ID: N0016425RWP11Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the manufacturing of the AN/SPG-62 Reflector, a critical component of the Mk-99 Fire Control System. This procurement falls under the NAICS code 334511, which encompasses the manufacturing of search, detection, navigation, guidance, aeronautical, and nautical systems and instruments, highlighting the importance of advanced technology in defense operations. The solicitation has undergone several amendments, with the latest deadline for proposal submissions extended to June 13, 2025, and all interested contractors must acknowledge receipt of the amendments to ensure their offers are valid. For further inquiries, potential bidders can contact Seth Taylor at seth.t.taylor.civ@us.navy.mil or by phone at 812-381-5817.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to a solicitation issued by the Naval Surface Warfare Center Crane Division. The primary purpose of this amendment is to update the solicitation by adding a contact person, Shayden Flynn, whose email is provided for potential bidders to request access to the solicitation. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged and in effect. Additionally, it clarifies that the deadline for submitting offers is not extended, and bidders must acknowledge receipt of the amendment to ensure their proposals are considered. The document includes formal details such as contract identifiers, contact information for both the contracting officer and the contractor, and instructions on how to acknowledge the amendment. This type of document is common in governmental procurement processes, ensuring that interested parties are informed of updates relevant to their proposals.
    The document serves as an amendment to a federal solicitation, specifically regarding the extension of the proposal submission deadline. Originally scheduled for May 8, 2025, the new due date for submissions is now set for May 30, 2025, at 3:00 PM. All other terms and conditions of the existing solicitation remain unchanged. Contractors are required to acknowledge this amendment to ensure their offers are considered valid. The amendment is issued by the Naval Surface Warfare Center Crane Division and indicates a modification to contract/order number 0002. This document reflects the standard practices in government Requests for Proposals (RFPs), aimed at providing transparency and maintaining clear communication with potential contractors regarding changes in solicitation timelines.
    The document pertains to the amendment and modification of a solicitation for a contract issued by the Naval Surface Warfare Center Crane Division. The modification primarily addresses questions from potential offerors, clarifying aspects of the request for proposal (RFP), particularly regarding quantities, delivery schedules, and proposal requirements. Notably, it confirms that the maximum annual order of units cannot be predefined beyond a specified minimum, indicating the nature of the contract as an Indefinite Delivery Indefinite Quantity (IDIQ). Amendments to proposal requirements emphasize a detailed, organized submission that must demonstrate thorough understanding and compliance with the RFP. Communication protocols with government contacts are prescribed to streamline the process. The proposal must include specific sections detailing the technical approach, past performance, and small business participation. Additionally, the document outlines evaluation criteria for price proposals, emphasizing clarity and transparency in pricing structures, including stepladder pricing. This modification serves to ensure all potential contractors are correctly informed about submission expectations while maintaining the solicitation’s integrity and compliance requirements. It illustrates the federal government’s structured process in managing contract proposals and the importance of detailed communication in securing bid accuracy and competitiveness.
    The document is a government solicitation amendment issued by the Naval Surface Warfare Center Crane Division, extending the offer deadline for a previously announced project. The new deadline is set for June 6, 2025, with a revised time of 03:00 PM. The amendment specifies that all other terms and conditions of the original solicitation remain unchanged and in full effect. Contractors must acknowledge receipt of this amendment, which can be done through various methods including returning signed copies or including acknowledgment in submitted offers. The amendment is classified under the standard form SF 30, indicating a formal modification to an existing contract request. It highlights adherence to federal procurement regulations, ensuring clarity in the contracting process. This extension reflects the government's ongoing commitment to transparency and due process in its procurement activities.
    The document outlines an amendment to a government solicitation, specifically extending the offer deadline for contract N0016425RWP11 from June 6, 2025, to June 13, 2025, and adding new attachments to the PIEE Solicitation Module. It specifies that all terms and conditions of the original solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment correctly to avoid rejection of their offers. The amendment includes a revised Table of Contents for various exhibits and attachments related to the solicitation, detailing updates to document types, descriptions, page counts, and dates for numerous attachments. This modification falls within the context of federal procurement processes aimed at ensuring clarity and compliance during submission periods. Overall, the amendment serves to streamline the solicitation process while allowing contractors additional time to prepare their responses.
    Similar Opportunities
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback for this radar equipment initiative. The procurement seeks engineering services related to the production of the AN/SPY-6(V) radar system, which plays a critical role in enhancing naval capabilities and defense systems. An Industry Day is scheduled for 15 December 2025, where interested parties can provide feedback on the draft solicitation documents, with a deadline for comments set for 19 January 2026. Companies wishing to attend must notify the primary contacts, Alexander Gosnell and Spencer Bryant, by email, and are limited to three in-person attendees. For further inquiries, contact details are provided: Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil, 202-781-2446) and Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil, 202-781-4113).
    13--NYLON CONTROL SURFA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of Nylon Control Surfaces. This procurement involves the production of specific components classified under the NAICS code 334511, which pertains to the manufacturing of search, detection, navigation, guidance, aeronautical, and nautical systems and instruments. The Nylon Control Surfaces are critical components used in naval operations, and the contract will require adherence to stringent quality assurance standards, including ISO 9001 compliance. Interested vendors should note that the desired delivery time is 591 days for two separate line items, and they must provide proof of being an authorized distributor of the original manufacturer. For further inquiries, potential bidders can contact Zachary R. Morrill at 717-605-1552 or via email at zachary.r.morrill.civ@us.navy.mil.
    MK59 MLCP and LCP Spare Parts and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    AN/SPY-6(V) Production RFI/Sources Sought
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Sources Sought Request for Information (RFI) regarding the production of the AN/SPY-6(V) radar systems, which are critical for naval vessels including Arleigh Burke Class Destroyers and aircraft carriers. The procurement aims to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for the production and support of various SPY-6 radar variants, with an anticipated award date as early as FY27 and no later than FY28. These radar systems are designed to enhance air and missile defense capabilities, utilizing modular and scalable technology to meet diverse operational requirements. Interested parties are encouraged to submit their intent to participate in upcoming industry days and provide feedback on the draft solicitation by specified deadlines, with key contacts being Spencer Bryant and Alexander Gosnell for further inquiries.
    INDICATOR,COURSE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of an INDICATOR, COURSE, which falls under the NAICS code 334511, focusing on navigational instruments. The contract requires the manufacture and quality assurance of this item, which is critical for various military operations and applications involving navigation and guidance systems. Interested vendors must ensure compliance with specific inspection and acceptance criteria, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system. For further inquiries, potential bidders can contact Amy Smith at 385-591-3484 or via email at AMY.SMITH@DLA.MIL.
    12--PERISCOPE SUBASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Periscope Subassembly. This contract involves the supply of specialized optical sighting and ranging equipment, which is critical for shipboard systems, ensuring personnel safety and operational integrity. The materials required are designated as Special Emphasis material, necessitating strict quality control and certification processes to prevent failures that could lead to serious consequences. Interested vendors must submit their quotations by November 8, 2024, and can direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL.
    N0016425SC001 CSO
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting innovative commercial solutions via a Commercial Solutions Opening (CSO) for the development of advanced technologies in areas such as Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare. The primary objective is to enhance operational effectiveness by addressing capability gaps with innovative solutions, including a Miniature Aiming System (MAS) for the .338 Norma Magnum Light Machine Gun and a Small Modular Optic and Laser Designator (SMOLDr) that improves laser designation capabilities. Proposals must be submitted electronically by July 3, 2025, for the MAS and by August 13, 2025, for the SMOLDr, with all submissions evaluated based on technical merit and feasibility. Interested parties can contact Mark Dravet at mark.v.dravet.civ@us.navy.mil or call 812-381-7085 for further information.
    GAGE,DEPTH,VERNIER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the procurement of a GAGE, DEPTH, VERNIER, which is a critical component of the AN/SPG-62A SSE AEGIS radar system. This fixed-price contract will involve the inspection and acceptance of supplies, ensuring compliance with specified quality standards and military specifications. The GAGE, DEPTH, VERNIER is essential for precise measurements in defense applications, underscoring its importance in maintaining operational readiness. Interested vendors should direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    AN/BPS-16 RADAR MAS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the AN/BPS-16 Radar Mast, a critical component for shipboard systems. This procurement requires specialized materials and adherence to stringent quality assurance standards due to the potential risks associated with using incorrect or defective materials, which could lead to serious safety hazards. The contract will involve the delivery of materials within 365 days of the contract's effective date, and interested vendors must ensure compliance with various certification and inspection requirements. For further inquiries, potential bidders can contact Benjamin Spangler at 771-229-0573 or via email at benjamin.t.spangler.civ@us.navy.mil.
    Sources Sought_M2A2 Aiming Circle
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is conducting a Sources Sought notice to identify qualified contractors for the production of the M2A2 Aiming Circle, NSN: 6675-01-067-0687. This market survey aims to assess the interest and capabilities of potential offerors, both small and large, in manufacturing this critical field surveying set, which plays a vital role in military operations. Interested vendors must respond via email to Ryan Nawrocki or Pamela Cunha by December 18, 2025, at 11:59 PM EST, providing detailed information about their manufacturing capabilities, experience, and compliance with necessary certifications, including the DD 2345 certification for accessing the associated Technical Data Package. Responses are voluntary and should clearly mark any proprietary information.