SOURCES SOUGHT
81 -- Rollaway Container System Production
- Notice Date
- 2/18/2026 12:15:03 PM
- Notice Type
- Sources Sought
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N61331-26-SN-Q14
- Response Due
- 3/5/2026 1:00:00 PM
- Archive Date
- 03/20/2026
- Point of Contact
- Anna Belle Tiller
- E-Mail Address
-
annabelle.c.tiller.civ@us.navy.mil
(annabelle.c.tiller.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a Sources Sought notice, issued by the Naval Surface Warfare Center, Panama City Division (NSWC PCD), for information and planning purposes only. This is not a Request for Proposal (RFP) and a formal solicitation is not available at this time. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information that has not been both properly marked and clearly identified. Information marked proprietary received in response to this Sources Sought will be safeguarded and handled in accordance with applicable Government regulations. To aid the Government in its review, please segregate proprietary information. Purpose: This Sources Sought notice is to satisfy the Defense Federal Acquisition Regulation Supplement 206.302-1(d) PGI posting requirement. The Naval Surface Warfare Center Panama City Division intends to issue a solicitation and award a contract for production of up to 200 Rollaway units. Rollaway is a container system serving as a mobile platform intended to deliver mission-configurable capabilities. Units have external dimensions of 40 feet in length, 8 feet in width, and 9 feet 6 inches in height. Internally, the units have dimensions of 39 feet 5 inches long, 7 feet 8 inches wide, and 8 feet 10 inches high. Production is expected to begin in first quarter FY27 with first delivery by second quarter FY27. General Capabilities: Science Applications International Corporation (SAIC) partnered with NSWC PCD in early FY26 to develop initial operating capacity (IOC) units of the NSWC PCD developed prototype. Development occurred on contract FA8075-18-D-0007/FA8075-23-F-0040. SAIC was selected based on their specialized facility, proximity, and existing collaborative RDT&E relationship with NSWC PCD. Along with the requisite technical background, SAIC possesses certified personnel and specialized equipment to conduct the engineering, welding, and assembly required. Further, they possess hundreds of supplier agreements for procuring the long-lead and modified materials that comprise the complete unit. Currently, no other known sources possess the technical expertise needed to perform the required machining, assembly, and production of these units at the scale and schedule required. Accordingly, the Government is requesting capabilities statements for companies capable of producing a large volume of these complex units within the required timeframe. Submissions: Written responses are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one-page company profile to include Company name, 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, Unique Entity ID (UEI), major products, primary customer base. b) A summary outline and capabilities statement showing how requirements (summarized above) will be met. c) Contract numbers and descriptions for similar type work and products as evidence of capabilities. Provide a description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement. d) What production capacity your company has including facility space in square footage and major equipment. e) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. Submit responses to Anna Belle Tiller, Contracting Officer at annabelle.tiller.civ@us.navy.mil no later than 5 March 2026, 3:00 pm CST. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Please reference N61331-26-SN-Q14 as your email subject line. 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 EVALUATION. This Sources Sought closes 5 March 2026, 3:00 pm CST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1fb7d7bb8474494db27b14b32c32e757/view)
- Place of Performance
- Address: Reston, VA, USA
- Country: USA
- Country: USA
- Record
- SN07719948-F 20260220/260218230043 (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 |