Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2025 SAM #8719
SOLICITATION NOTICE

N -- Shipboard and Facility Installations of Special Warfare and Expeditionary Systems Department Technology Systems

Notice Date
10/8/2025 7:05:29 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016426RJQ29
 
Response Due
10/22/2025 1:00:00 PM
 
Archive Date
12/06/2025
 
Point of Contact
KAYLA HENDRIX, AARON DEICH
 
E-Mail Address
kayla.k.hendrix2.civ@us.navy.mil, aaron.d.deich.civ@us.navy.mil
(kayla.k.hendrix2.civ@us.navy.mil, aaron.d.deich.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS A PRE-AWARD SYNOPSIS AND IS NOT A REQUEST FOR PROPOSAL. SHOULD A REQUEST FOR PROPOSAL BE PUBLISHED, IT WILL BE MADE AVAILABLE, OR DIRECTIONS TO OBTAIN IT WILL BE MADE AVAILABLE, VIA HTTPS://WWW.SAM.GOV ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for shipboard and facility installations of permanent and/or temporary technology systems to include, but not be limited to, single sensor and multi-sensor integrated Electro-Optic System (EOS) installations; Electronic Warfare (EW) installations; Command and Control System installations; and Counter-Unmanned System (CUxS) installations on U.S. Navy (USN) platforms and facilities; U.S. Coast Guard (USCG) platforms and facilities; U.S. Allies Naval platforms and facilities; other U.S. military affiliated platforms and facilities; U.S. Government- designated platforms and facilities and various other customers and/or maritime and ashore platforms. Contract requirements include, but are not limited to: procurement of materials incidental to the installation and integration, fabrication of equipment incidental to the installation and integration being procured herein, engineering, logistics, configuration management, technical, acquisition, technical data support services, pre- and post-installation support, de-installations of systems, temporary installations, alterations, and removals in conjunction with the installation of new systems. Ashore requirements include system connectorization. The Navy intends to solicit this contract on a full and open competition basis in accordance with FAR 6.1. Delivery is required FOB Destination NSWC Crane. The solicitation will be made available posted on SAM.gov. All changes that occur to competitive actions prior to the closing date will be posted to Contract Opportunities on https:/sam.gov/. For within scope changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award. A DRAFT Request for Proposal (RFP) and on-site industry day is being considered. Information will be published on SAM.gov if the Government determines it is in the Government�s best interest. An RFP will be published on SAM.gov on or around January 2026. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Questions or inquiries should be directed to Kayla K. Hendrix, Code 0225, e-mail kayla.k.hendrix2.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/267812020fac4f119ae72bed1085983e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07614565-F 20251010/251008230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.