Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 4 PM
Special Notice
Crane Indiana

Request for Information - Navy Tactical Computer Resource (NTCR) Reutilization

Details

Solicitation ID N0016425SNB68
Posted Date 26 Jun 2025 at 4 PM
Response Date 11 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nswc Crane
Agency Department Of Defense
Location Crane Indiana United states 47522

Sign up to access Documents

Signup now

N0016425SNB68 - Request for Information - Navy Tactical Computer Resource (NTCR) Reutilization – PSC J020/5840 – NAICS 811219/334511

Issue Date: 26 JUN 2025 – Closing Date: 11-JUL-2025 – 17:00 EST

SECTION 1: SYNOPSIS

This is a Request for Information (RFI) issued by the Department of the Navy, Naval Surface Warfare Center, Crane Division (NSWC Crane), on behalf of the Aegis Program. The Government is conducting market research seeking industry inputs and interest for the providing Depot Reutilization, Repair, Refurbishment, Technical Assistance, Cable Manufacturing, and Obsolescence Management in support of Legacy Electronic Systems.

The basis for the support is contained in the technical specifications listed in Section 3.  It is NSWC Crane’s intent to contract for the support under a new competitively awarded contract in FY26.

SECTION 2: GENERAL INFORMATION

Pursuant to FAR 52.215-3 this RFI is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.  This does NOT constitute a Request for Proposal.  The Government is NOT seeking or accepting unsolicited proposals.  At the current time, no funding is available for contractual efforts under this RFI. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government.  Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations.  Not responding to this RFI does not preclude participation in any future solicitation.  If a solicitation is issued in the future, it will be announced via SAM.GOV and interested parties must comply with that announcement.  It is the responsibility of interested parties to monitor SAM.GOV for additional information pertaining to this requirement.

Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response.

Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist and Contracting Officer’s email addresses.  Verbal questions will not be accepted.  Questions shall not contain classified information.

SECTION 3: REQUIREMENTS OVERVIEW

A brief overview of the requirements are provided as follows:

Naval Surface Warfare Center (NSWC) Crane has requirements for providing Depot Reutilization, Repair, Refurbishment, Technical Assistance (CONUS and OCONUS Travel), Cable Manufacturing, and Obsolescence Management in support of Legacy Electronic Systems within the Department of Defense (DoD) and for Foreign Military Sales (FMS) in accordance with (IAW) the Statement of Work (SOW) and Technical Data Package (TDP). FSC - 5840 - NAICS 334511 and Product or Service Code (PSC): J020 - NAICS - 811219. CLINs are listed below.

CLIN 0001: Reutilization

CLIN 0002: Repair

CLIN 0003: Refurbishment

CLIN 0004: Obsolescence Management

CLIN 0005: Technical Assistance (CONUS and OCONUS Travel)

CLIN 0006: Cable Manufacturing

CLIN 0007: Warehouse Support

CLIN 0008: Data (Not Separately Priced (NSP)

The contractor shall provide technical and logistical support for the following equipment. This equipment includes the Combat Display systems: AN/UYA-4 and AN/UYQ-21; Computer systems: AN/UYK-7, AN/UYK-20, AN/UYK-43, AN/UYK-44, MK-37, MK-38, MK-39, and MK-40 cabinets; Peripheral systems: AN/USH-26, AN/UYH-16, RD-358A, RD-564, RD-621, AN/UYH-3, OJ-172, OL-267, AN/USQ-69; Videocassette Tape Recorders (VTRs) V-80AB-F; Gun Fire Control Systems: MK-2, MK-67, MK-86, MK-88, and MK-113; WLR-1 components; AN/SLQ-48 components; AN/SPQ-9; SQQ-89; Fairwater Control; Shipboard Alarm Panel; and Multiplexer Rack Assembly components. Additional Legacy Electronic Systems reutilization and repair workload may need support. Equipment that may be added to the contract only includes other Legacy Electronic Systems Combat Display systems, Computer systems, and Peripheral systems with similar technology to those listed above. This tasking may include units, modules, Lowest Replaceable Units (LRUs), and/or Circuit Card Assemblies (CCAs) as part of the above-mentioned systems not yet identified that will require technical and repair/refurbishment support.

A 10 year Firm-Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract is anticipated to be awarded as a result of full and open competition and HUBZone Evaluation Preference is applicable. Prices in the contract will be fixed price for reutilization, repair, refurbishment, and technical assistance. Obsolescence management and cable manufacturing will be negotiated on a fixed price basis at time of award of the delivery order.

The contractor shall have a facility within 100 mile radius of NSWC Crane and have storage capacity of a minimum of 50,000 square feet to house approximately 76,000 different material. The facility shall be climate controlled and have weight handling equipment. This facility is where all inventory shall be housed. The contractor shall be required to provide the electrical, cooling (water and air) requirements, and the contractor shall be familiar with the physical constraints of the existing interface cabling.

SECTION 4: SUBMISSION OF RESPONSES

Responses to this RFI should be submitted by 11 July 2025 17:00 EST via e-mail to Duncan King, Contract Specialist at [email protected], and copy Michael Shaver, [email protected].

SECTION 4.1: CONTENT

Companies responding to this RFI should provide a response not to exceed ten (10) pages.

Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested.  Responses should indicate sufficient detail for assessment of potential design architecture, strategies and company interest; submissions should be organized as follows:

  • Cover Sheet: RFI number and name, entity name & CAGE code, address, business size, point of contact, with printed name, title, email address, telephone number, and date
  • Table of Contents: Include a list of figures and tables with page numbers
  • General response information
  • List of abbreviations and acronyms

Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit.

Responses should, at a minimum, address the following questions:

  1. What experience does your organization have working with the equipment listed in the above requirements?
  2. What experience does your organization have working with DoD Contracts?
  3. Does your organization have experience working on or near a military installation?

Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses.  The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified.  Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations.

Responses to this RFI should provide

SECTION 4.2: CLASSIFICATION

All materials submitted in response to this RFI should be UNCLASSIFIED.

If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Michael Shaver at [email protected]  with a copy to the Contract Specialist, Duncan King at [email protected].

SECTION 4.3: FORMATTING

NSWC Crane will accept ONLY electronic unclassified submission of responses.

Respondents to this RFI must adhere to the following details:

  • Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font.
  • Paper should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger.
  • Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format.
  • Submitted electronic files should be limited to the following extensions:

.docx Microsoft Word

.xlsx Microsoft Excel

.pptx Microsoft PowerPoint

.pdf Adobe Acrobat

.mmpx Microsoft Project

Submitted electronic files should not be compressed.

Similar Opportunities

Washington navy yard District of columbia 31 Dec 2030 at 5 AM (estimated)
J b p h h Hawaii 28 Jul 2025 at 7 PM
Washington navy yard District of columbia 31 Dec 2030 at 5 AM (estimated)
Saint petersburg Florida 07 Jul 2025 at 3 PM