SOURCES SOUGHT
A -- Shock and Vibration Test Services
- Notice Date
- 8/27/2025 5:39:48 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NSWC CARDEROCK BETHESDA MD 20817-5700 USA
- ZIP Code
- 20817-5700
- Solicitation Number
- 25-AN-0002
- Response Due
- 9/3/2025 9:00:00 AM
- Archive Date
- 09/18/2025
- Point of Contact
- Arnel Ngo, Phone: 7574782013, KRISTEN DUHAIME, Phone: 3012197629
- E-Mail Address
-
arnel.ngo@navy.mil, kristen.m.duhaime.civ@us.navy.mil
(arnel.ngo@navy.mil, kristen.m.duhaime.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SOURCES SOUGHT NOTICE DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. Closing Date: 3 September 2025 The Naval Surface Warfare Center Carderock Division (NSWCCD) requires a contract that provides shock and vibration test services to support the evaluation of a passive fire protection system being developed for deployment onboard USN submarines. The aforementioned shock and vibration testing will be conducted in accordance with MIL-DTL-901 and MIL-STD-167, respectively. The primary North American Industry Classification System (NAICS) code for this procurement is 541330 � Engineering Services, and PSC AC32 � National Defense R&D Services; Defense-related Activities; Applied Research. The anticipated period of performance will be Date of Award through December 31, 2025 through a Firm-Fixed-Price Purchase Order. It is anticipated that the Request for Quote (RFQ) will be issued on or around 4 September 2025 via Government Point of Entry (GPE). If your organization has the potential capacity to perform these contract services, please provide the following information: 1.) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization. 2.) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. 3.) Contractor and Government Entity (CAGE) Code. 4.) Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned and/or Veteran-owned. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. NOTE: Only information provided in the written Capability Statement shall be considered. Capability Statements shall be submitted via e-mail to: arnel.a.ngo.civ@us.navy.mil by 12:00 p.m. Eastern on 3 September, 2025. Attachment 1: Performance Work Statement (PWS)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/827852df76b044caab351fd09aea96c8/view)
- Place of Performance
- Address: Bethesda, MD 20817, USA
- Zip Code: 20817
- Country: USA
- Zip Code: 20817
- Record
- SN07569684-F 20250829/250827230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |