SOLICITATION NOTICE
16 -- AN/ALE-47 DISPENSER HOUSINGS AND CABLE ASSEMBLY � PSC 1680 � NAICS 332510
- Notice Date
- 10/31/2025 6:17:04 AM
- Notice Type
- Presolicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016426RWR07
- Response Due
- 11/17/2025 5:00:00 AM
- Archive Date
- 01/01/2026
- Point of Contact
- Elizabeth Hacker, Phone: 812-381-5170, Becky Minks, Phone: 812-381-7184
- E-Mail Address
-
elizabeth.m.hacker3.civ@us.navy.mil, becky.a.minks.civ@us.navy.mil
(elizabeth.m.hacker3.civ@us.navy.mil, becky.a.minks.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The purpose of this amendment to the synopsis is to update the solicitation number from N0016425RWR07 to N0016426RWR07 and provide the updated acquisition strategy. All announcements related to this action were under N0016425RWR07. The Government acquisition strategy has changed from limited competition to small business set-aside as a result of feedback received from industry. Naval Surface Warfare Center (NSWC) Crane has a requirement for the procurement of manufactured dispenser housings, cables assemblies and associated connector items used in the Airborne Countermeasures Dispenser System (AN/ALE-47) system. The Government anticipates the award of a five-year Firm-Fixed Price (FFP) Indefinite-Delivery Indefinite Quantity (IDIQ) Multiple Award contract (MAC) on a best value approach to one or more technically acceptable offerors. The evaluation factors for award will be fully described in the solicitation. Quantities will vary with each Delivery Order. This requirement was fulfilled under N0016420DWR01 awarded to Roselm Industries INC on 14 May 2020. The requirement is build-to-print in accordance with the Government owned technical package. This anticipated CLIN structure for this effort will include the following: CLIN 0001 First Article Dispenser, Countermeasures Chaff-Flare D-66 Housing (3268AS500-001)? CLIN 0002 First Article Dispenser, Countermeasures Chaff-Flare D-66 Bare Housing(3268AS402-002)? CLIN 0003 First Article Receptacle (3268AS420)? CLIN 0004 Dispenser, Countermeasures Chaff-Flare D-66 Housing (3268AS500)? CLIN 0005 Dispenser, Countermeasures Chaff-Flare D-67 Housing (3646AS500)? CLIN 0006 Cable Assembly (3268AS414)? CLIN 0007 Cable Assembly (3646AS414)? CLIN 0008 Connector, 48 Contact (3268AS403)? CLIN 0009 Receptacle (3268AS420)? CLIN 0010 Dispenser, Countermeasures Chaff-Flare D-66 Bare Housing (3268AS402-002)? CLIN 0011???First Article Emerging Requirements ? CLIN 0012???Emerging Requirements? CLIN 0013????Data IAW CDRLS A001-A005 ? The Government-owned Technical Data Package (TDP) can be found as a controlled attachment to this announcement. The Navy intends to solicit this contract as a small business set-aside IAW FAR 19.502. Delivery is required FOB Destination NSWC Crane. The solicitation, all amendments and associated controlled documents will be posted on Procurement Integrated Enterprise Environment (PIEE formerly known as WAWF) Solicitation Module at https://piee.eb.mil. The solicitation notice will flow to SAM.gov, but the actual posting will be in PIEE. The proposal shall also be submitted through the Solicitation Module in PIEE. All changes that occur to competitive actions prior to the closing date will be posted to Contract Opportunities on https:/sam.gov/ via the PIEE Solicitation Module. 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. ? The Performance Specification, drawings, and other documents contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD contractors only. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. 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 Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . Questions or inquiries should be directed to Elizabeth Hacker, Code 0243, telephone 812-381-5170, e-mail elizabeth.m.hacker3.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice. This is a synopsis only and does not constitute a solicitation. The Government is not obligated to issue a solicitation or award a contract as a result of this notice. The information contained in this synopsis is subject to change.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e14b8fdf0c544ebfb7bbfcd649f8076b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07632729-F 20251102/251031230031 (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 |