Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2025 SAM #8766
SOLICITATION NOTICE

58 -- SOLE SOURCE / LIMITED COMPETITION � PROCUREMENT OF TR-333 HYDROPHONE HOUSINGS � PSC 5845 � NAICS 332710

Notice Date
11/24/2025 10:29:14 AM
 
Notice Type
Presolicitation
 
NAICS
332710 — Machine Shops
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016426RGP89
 
Response Due
12/9/2025 1:00:00 PM
 
Archive Date
12/24/2025
 
Point of Contact
Jessica Sanders, Phone: 8123817761
 
E-Mail Address
jessica.a.sanders26@us.navy.mil
(jessica.a.sanders26@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source
 
Description
Naval Surface Warfare Center (NSWC) Crane has a requirement for the procurement of TR-333 Hydrophone Housings (P/N 6029163-301) used in the manufacture of US and UK hydrophones for the SP24 TRIDENT. They are to be used as replacement assets during normal refit/replenish/replacement operations. Housings can be delivered, along with production test and inspection data for each and shall generate and submit Certificates of Compliance to the Government with each shipment of housings. For review of technical requirements, please see attached drawing 6029163-301. In order to access the drawings, vendors must be registered in the System for Award Management (SAM) and in the Joint Certification Program (JCP). More information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. NSWC Crane has a requirement for a non-commercial, 5-year, firm-fixed-price (FFP), indefinite-delivery indefinite-quantity (IDIQ) contract. The Government intends to award to one of the current certified sources: Stark Precision Machine LLC, D & D Automation Inc, or Enjet Aero Terre Haute LLC. This effort will be conducted on a limited competition basis in accordance with the statutory authority 10 U.S.C. 2304(a)(1) as implemented by FAR 6.302-1. The basis for restricting competition to the Hydrophone Housings is to avoid roughly $4 million in cost duplication and prevent as much as two years unnecessary schedule impact. The program requires critical component suppliers to go through an extensive qualification plan to include inspection, certification, first article testing and operational testing. The Government has expended considerable effort and expense to develop the current certified source. The estimated cost to restore capability if a different vendor's Hydrophone Housings is procured is projected to be roughly $4 million higher than the proposed cost to utilize an existing certified source. All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Contractors must be properly and actively registered in SAM and JCP 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. The controlled attachments will be posted at the same time as the solicitation. The solicitation and all changes to the requirement that occur prior to the closing date will be provided to the above referenced certified sources and those Offerors that submitted a capability statement, proposal, or quotation. No hard copies of the solicitation will be mailed. Interested sources must request the document via email from the Government POC listed below. Questions or inquiries should be directed to Jessica Sanders, Code 0232, e-mail jessica.a.sanders26.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/052a311578a447d18d6aeb0a98130937/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07650585-F 20251126/251124230040 (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.