SOLICITATION NOTICE
A -- MOBILITY PROTOTYPING
- Notice Date
- 11/25/2025 3:40:29 AM
- Notice Type
- Presolicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016426RMP01
- Response Due
- 12/10/2025 11:00:00 AM
- Archive Date
- 12/25/2025
- Point of Contact
- Ashley Bechtel
- E-Mail Address
-
ashley.n.bechtel2.civ@us.navy.mil
(ashley.n.bechtel2.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Naval Surface Warfare Center (NSWC) Crane Division has a requirement for the design, engineering, fabrication and testing of prototype components and systems for Department of Defense (DOD) vehicles and mobility platforms, such as, Ground Mobility Vehicle, Mine Resistant Ambush Protected, Light All-Terrain Vehicle, Non-Standard Commercial Vehicle, trailers and auxiliary power systems. The scope of this effort shall include integrated prototypes, engineering development models and low-rate initial production. NSWC Crane intends to award Firm-Fixed-Priced, Indefinite-Delivery, Indefinite-Quantity, Multiple Award Contracts (MACs) to enable the Government to procure supplies and services used to support the Mobility Systems Engineering Branch (MXPQ). The procurement for the planned MACs will be executed under full and open competition after exclusion of sources: TOTAL SMALL BUSINESS SET ASIDE (for the entire solicitation) in accordance with (IAW) FAR 6.203. Offerors may propose to one or more of the technology areas identified in the SOW. Awarded MACs will cite the technology areas for which they are eligible, and Offerors who do not propose in a technology area will not be able to propose any orders in that technology area. The Solicitation will require the offeror to demonstrate technical knowledge, ability to perform all tasks within a specific technology area and prior experience performing work that is similar in nature, scope and complexity. No pricing will be set on the basic awards. The total maximum value of all competed requirements is not expected to exceed $25M. Actual requirements will be competed at the order level amongst the IDIQ MAC awardees for the technology area (or areas) applicable to each requirement IAW FAR 16.505(d). A draft copy of the Statement of Work (SOW) has been posted to https://www.sam.gov along with this synopsis for comments/questions prior to the solicitation issuance. Section 1.2 of the draft SOW lists four (4) specific technology areas: Powertrain Performance Prototyping; Advanced Chassis, Body and Mobility Handling Prototyping; Mobility Testing Services; and General Prototyping Fabrication and Integration. The final SOW will be posted and accessible at the same time as the Solicitation. Market Research was conducted via Sources Sought notification (N0016426SNB01) dated 01 October 2025. The market research findings led the Government to a final decision to set all technology areas aside for small business. Delivery is required FOB Destination. The Solicitation is expected to be issued on or about 13 February 2026 and is expected to close on or about 14 April 2026. The procurement will be negotiated on a competitive basis IAW FAR Part 15. It is anticipated that multiple 5-year IDIQs will be awarded. Awards will be made to the highest rated offerors, considering Technical and Past Performance evaluation factors as described in the Solicitation. Offerors that are non-compliant with any material requirement of the Solicitation may be rejected without further consideration for award. 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://www.dla.mil/Logistics-Operations/Services/JCP/. The controlled attachments will be posted at the same time as the Solicitation is posted. Cybersecurity Maturity Model Certification (CMMC) Level 2 Self-Assessment is required for award. Offerors may obtain addition information through the JCP website as well as the Supplier Performance Risk System (SPRS) located at https://www.sprs.csd.disa.mil/. Questions or inquiries should be directed to Ashley Bechtel, Code 0233, email Ashley.n.bechtel2.civ@us.navy.mil. The mailing address is Ashley Bechtel, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Please reference the above Solicitation number when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/151397e1c948447faf99cfb0a04cfec2/view)
- Place of Performance
- Address: Crane, IN 47522, USA
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN07651373-F 20251127/251125230038 (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 |