The Navy’s Naval Surface Warfare Center Carderock Division (NSWCCD) has issued a draft Statement of Work (SOW) for ultra-high temperature materials testing and characterization to support advanced materials research, specifically in hypersonic applications. The contractor will conduct thermal and mechanical property evaluations of various high-temperature materials, such as composites, ceramics, and refractory metals, at temperatures up to 6,000°F. Key tasks include developing test protocols, machining specimens, and providing testing support for Department of Defense programs like the Missile Defense Agency and DARPA.
Additionally, the contractor is responsible for procuring advanced materials and conducting both non-destructive evaluations and post-test analyses. Deliverables include technical reports, progress updates, and material test plans. Given the classified nature of the work, contractors must comply with stringent security protocols and obtain the necessary clearances to access controlled unclassified information. The document outlines the contractor's responsibilities and emphasizes the importance of collaboration in achieving project objectives while maintaining adherence to governmental regulations and standards.
The Naval Surface Warfare Center Carderock Division (NSWCCD) is conducting market research to identify both small and large businesses capable of providing ultra-high temperature materials testing for special applications, particularly in support of hypersonic vehicle materials research and development. The anticipated contract, categorized under NAICS Code 541715, will utilize a Cost-Plus-Fixed-Fee (CPFF) model and requires contractors to demonstrate substantial experience in testing materials with temperature thresholds reaching 6,000°F. Key services include characterizing composite, ceramic, and refractory metallic materials, alongside specialized hypersonic ground testing and analysis support. Interested companies must provide detailed information about their capabilities, previous government contracts, socio-economic status, and implement strategies for involving small disadvantaged businesses in subcontracts. Responses to a comprehensive questionnaire are requested to gauge the market's readiness and expertise in this critical area, ensuring that the requirements align with ongoing needs from entities like MDA, DARPA, and the Army.
The application under review is focused on outsourcing tasking to be executed solely at the contractor's location, utilizing equipment owned by the contractor. This project specifically does not seek to establish an on-site contractor presence at Carderock. By clarifying this distinction, the document indicates a preference for off-site operations rather than integration into the Carderock facility. The intention appears to facilitate work under the contractor’s control while maintaining potentially sensitive or classified operations away from the base. Overall, this reflects a strategic approach to project management within the parameters of government contracting regulations.
The Naval Surface Warfare Center Carderock Division (NSWCCD) has issued a Sources Sought Notice to gather information from businesses regarding their capacity to support characterization of materials for specialized applications. This notice seeks to assess both large and small business capabilities ahead of a potential future solicitation for a Cost-Plus-Fixed Fee (CPFF) contract, expected to span five years (one base year and four option years). Interested parties are provided with a Market Research Questionnaire and a Draft Statement of Work (SOW) and are encouraged to submit their responses, along with any questions, by specified deadlines. The government intends to use the feedback received to refine the SOW and to evaluate the feasibility of setting aside portions of the contract for small businesses as per federal regulations. All responses will be treated as confidential, and the announcement reiterates that it does not constitute a commitment from the government to award a contract or to compensate for submitted information. The overarching goal is to ensure alignment between government needs and industry capabilities in preparation for a forthcoming solicitation process.