SOURCES SOUGHT
14 -- Target Detecting Device MK 71 MOD 1, Adapter, Target Detecting Device MK 157 MOD 0, Adapter, Ring, Target Detecting Device MK 163 MOD 0, Tool Assembly, and Torque Wrench Adapter
- Notice Date
- 1/20/2026 7:50:19 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N6133123SNQ08
- Response Due
- 2/6/2026 11:00:00 AM
- Archive Date
- 02/21/2026
- Point of Contact
- Sarah Pearce, Tommy L. Bushman
- E-Mail Address
-
Sarah.A.Pearce5.civ@us.navy.mil, Tommy.L.Bushman.civ@us.navy.mil
(Sarah.A.Pearce5.civ@us.navy.mil, Tommy.L.Bushman.civ@us.navy.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT For Target Detecting Device MK 71 MOD 1, Adapter, Target Detecting Device MK 157 MOD 0, Adapter, Ring, Target Detecting Device MK 163 MOD 0, Tool Assembly, and Torque Wrench Adapter Reference: N61331-23-SN-Q08 THIS IS NOT A REQUEST FOR PROPOSALS The Naval Surface Warfare Center, Panama City Division (NSWC PCD) intends to issue a solicitation and award a single contract or a multiple award contract supporting the Quickstrike Program. This requirement includes: manufacture or procure, assemble, inspect, integrate, test, and deliver Targeting Detecting Device (TDD) MK 71 MOD 1 (Multi-sensor electronics assembly with digital circuitry), TDD Adapter MK 157 MOD 0 (Machined housing with cable assembly), Adapter, Ring, TDD MK 163 MOD 0 (Machined housing), Tool Assembly, and Torque Wrench Adapter (Machined wrench adapter). NSWC PCD is soliciting capability statements from potential sources to provide First Article units, Production, Quality Assurance, Configuration Management Control and Engineering Services for the Quickstrike Program. The purpose of this Sources Sought announcement, a market survey for written information only, is to identify sources capable of providing support and expertise, with intentions of proposing on this effort. The resulting solicitation will be restricted to DOMESTICALLY OWNED companies with a Facilities Secret Clearance or the ability to obtain one thereof. The resulting contract action is expected to be for an indefinite delivery indefinite quantity contract with Firm-Fixed Price delivery orders and is anticipated to have a base ordering period of twelve months with four option periods of twelve months each. The anticipated NAICS code is 334511, all other miscellaneous fabricated metal product manufacturing with a size standard of 1350 employees. All efforts performed under this contract shall be CLASSIFIED and performed at Contractor�s facility. The Government reserves the right to evaluate possible small business set-aside determinations, including socioeconomic set-aside, based on the results of this market research initiative and/or other market scope determinations. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, the Government will consider all responses received to this notice. The information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice. Responses must include the following: (a) A one page company profile to include Company name, CAGE Code, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base and represent ownership including Country of Ownership. If partnering with another company, describe capability of performance of partner company or business attributes desired to ensure the partner company is capable of performance. (b) NSWC PCD requests that companies respond by submitting (1) Describe capability related to production efforts performed at contractor facility for items similar to, Targeting Detecting Device (TDD) MK 71 MOD 1, TDD Adapter MK 157 MOD 0, Adapter, Ring, TDD MK 163 MOD 0, Tool Assembly, and Torque Wrench Adapter. (2) Provide a description of your company's past experience and performance of similar contracts. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement. (3) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. (c) Provide evidence of a Secret clearance and demonstrate capability to have a facility that has access to, receipt, and storage of classified material up to and including the SECRET level at the Contractor Facility. There is no specific format or outline submittals that one must follow. Summaries should be no longer than 10 pages in length. All capability statements should be emailed to the point of contact on or before the closing date. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals, and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the Government�s capability assessment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8a91f5b3e92f4e388ee46a462b0f49cf/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07691518-F 20260122/260120230046 (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 |