Manufacturing and Services Acquisition (MASA)
ID: N0017425SN0027Type: Sources Sought
Overview

Buyer

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

NAICS

Machine Shops (332710)

PSC

CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS (1377)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is issuing a pre-solicitation notice for the Manufacturing and Services Acquisition (MASA) contract, aimed at supporting various military projects requiring build-to-print fabrication. This multiple award contract will encompass five specific task areas: production hardware for fleet delivery, research and development hardware, plating services, electronics assembly for multilayer printed circuit boards, and advanced machining techniques. The procurement is categorized under NAICS Code 332710 and PSC Code 1377, with a Firm-Fixed Price (FFP) Indefinite-Delivery-Indefinite Quantity (IDIQ) contract type expected to be awarded in the third quarter of FY26. Interested suppliers must register in the System for Award Management (SAM) and submit their capabilities statements by May 22, 2025, to Sara Cooper at sara.j.cooper4.civ@us.navy.mil, as the Request for Proposals (RFP) will be released electronically in the fourth quarter of FY25.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) has issued a Sources Sought Notice to identify potential contractors for manufacturing and service support related to military projects. This notice does not constitute a Request for Proposal and is not a commitment to any future acquisition. The NSWC IHD seeks assistance across five specific task areas: 1. Production Hardware – manufacture, assemble, and test products for fleet delivery. 2. Research and Development Hardware – produce hardware for R&D settings. 3. Plating – provide plating services including chemical conversion coating. 4. Electronics Assembly – manufacture multilayer printed circuit boards and populate them with components. 5. Advanced Machining – create parts using advanced machining techniques. Interested parties must submit detailed information, including company capabilities and contact details, via email by May 2, 2025. The submission should not exceed 2 MB and should avoid .zip files. This notice aims to gather capabilities from companies, potentially leading to a multiple award contract in the future while emphasizing that there is no obligation for the government to proceed based on this notice.
    The Naval Surface Warfare Center Indian Head Division (NSWC IHD) is issuing a pre-solicitation notice for a multiple award contract aimed at supporting various military projects requiring build-to-print fabrication. The contract encompasses five task areas: 1. **Production Hardware**: Manufacturing and testing of products for fleet delivery. 2. **Research and Development Hardware**: Manufacturing and testing for research settings. 3. **Plating**: Providing plating, chemical conversion coating, and related services. 4. **Electronics Assembly**: Manufacturing multilayer printed circuit boards and populating them with electronic components. 5. **Advanced Machining**: Producing parts via advanced machining techniques. The award is anticipated in the third quarter of FY26, with procurement categorized under NAICS Code 332710 and PSC Code 1377. The contract type will be a Firm-Fixed Price (FFP) Indefinite-Delivery-Indefinite Quantity (IDIQ). Interested suppliers must register in the System for Award Management (SAM) and submit capabilities statements by May 22, 2025. The Request for Proposals (RFP) will be released in the fourth quarter of FY25 and is accessible only electronically through SAM. This initiative reflects a structured approach to enhancing military manufacturing capabilities, emphasizing competitive procurement and detailed response requirements from potential contractors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    5 year IDIQ All level 1 and SUBSAFE Material.
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking offers for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply components for cable cutters and reel machines. This procurement includes critical items such as drum shafts, retention nuts, push rods, and various fasteners, all of which must meet stringent SUBSAFE and Level I material requirements as outlined in NAVSEA specifications. These components are essential for the operational integrity of naval equipment, ensuring safety and reliability in maritime operations. Interested vendors should contact John LaMotta or David Torres via email at david.torres22.civ@us.navy.mil for further details, with the contract expected to commence around May 30, 2026.
    MK70 Booster Ballast Kits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the fabrication, acceptance inspection, and delivery of MK 70 Booster Ballast Hardware Kits. This procurement is part of an ongoing requirement, with the anticipated contract being a Firm Fixed Price (FFP) type, scheduled for a performance period from June 30, 2026, to June 30, 2031. The MK 70 Booster Ballast Kits are critical components used in military applications, and the Government intends to gather market information to inform future solicitation processes. Interested vendors must submit their capabilities and company information to Diane Hicks at diane.d.hicks.civ@us.navy.mil by December 8, 2025, to be considered for this opportunity.
    FY26 USNS KANAWHA MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the FY26 USNS KANAWHA Maintenance and Technical Assistance (MTA) contract. This procurement is aimed at securing services related to shipbuilding and repairing, with a focus on non-nuclear ship repair as indicated by the associated NAICS and PSC codes. The contract is set aside for small businesses, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested parties must submit their proposals by December 12, 2025, at 3:00 PM EST, and can direct inquiries to Susan Bryant at susan.b.bryant.civ@us.navy.mil or by phone at 757-777-4648.
    BPA - Bolt, Nut, Screw, Rivet & Washer Manufacturing PSC 5305,5306,5307,5310,5315,5320,5325,5330,5331,5335,5340,5342,5345,5350,5355,5360,5365
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the manufacturing of various fasteners, including bolts, nuts, screws, rivets, and washers, under multiple Product Service Codes (PSC). The procurement aims to secure standard commercial supplies and services at competitive prices, with a focus on small businesses, as indicated by the Total Small Business Set-Aside designation. These fasteners are critical components in military applications, ensuring the reliability and functionality of various weapon systems and equipment. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder or Brandi L. Sorzano for further information.
    Multiple Award PCB Fab and Assembly BPAs 2026-2030
    Buyer not available
    The Department of Defense, through the Defense Microelectronics Activity (DMEA), is soliciting proposals for multiple Blanket Purchase Agreements (BPAs) for Printed Circuit Board (PCB) Fabrication and Assembly services, covering the period from 2026 to 2030. The primary objectives include the rapid production of developmental PCBAs for design validation and the manufacturing of high-quality PCBAs for operational use in DOD programs, particularly for the GrimWing and DireWing units. This opportunity is a total small business set-aside under NAICS code 334418, with a maximum BPA ceiling of $1,500,000. Proposals are due by December 15, 2025, at 12:00 PM Pacific time, and must be submitted to Ryan Tung at ryan.c.tung.civ@mail.mil, with evaluations based on technical capability, past performance, and pricing.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    BPA - Semiconductor & Related Device Manufacturing PSC 3670
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for semiconductor and related device manufacturing services. The procurement aims to engage small businesses that can provide standard commercial supplies and services in the specialized semiconductor manufacturing sector, specifically under NAICS code 334413 and PSC code 3670. These BPAs will facilitate competitive pricing and ensure quality through a rigorous evaluation of past performance, focusing on customer satisfaction, timeliness, technical success, program management, and quality of services. Interested vendors must submit their documentation and past performance references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further details.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    MK22 Motor Tubes Solicitation N0017426R0002
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the MK22 Motor Tubes under solicitation number N0017426R0002. This procurement involves a Firm Fixed Price (FFP) supply contract on an indefinite delivery indefinite quantity (IDIQ) basis to manufacture motor tubes for MK 22 Rocket Motors, with a total small business set-aside and an anticipated performance period from April 5, 2026, to April 5, 2031. The contract requires adherence to specific military standards, including First Article Testing (FAT), hydrostatic tests, and compliance with ISO 9001:2015 quality systems, along with cybersecurity requirements under CMMC Level I. Interested contractors should contact Diane Hicks at diane.d.hicks.civ@us.navy.mil or call 301-744-6648 for further details, and proposals must be submitted by the specified deadline outlined in the solicitation documents.