Aerotech Reload Kits
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center (NSWC) Crane intends to award a sole source contract for sixty-four (64) Aerotech Reload Kits. This procurement is for items already integrated into the customer's system, justifying the sole source to RCS ROCKET MOTOR COMPONENTS, INC. While sole source, other responsible sources may submit capability statements for consideration. Offers are due by March 10, 2026, at 12:00 PM Eastern Time.
Scope of Work
NSWC Crane requires the following Aerotech Reload Kits:
- 24 units of M2500T-PS RMS-98 / 10240 (P/N: 13250P)
- 24 units of M4500ST-PS 98/7680 (P/N: 13450P)
- 16 units of M6000ST-PS 98/10240 (P/N: 13600P)
These items are classified as Haz Class: 1.3C, Security Cat: 4. Shipping fees are also included.
Contract & Timeline
- Contract Type: Firm Fixed Price (as per solicitation document)
- Procurement Method: Sole Source under FAR 13.106-1
- Delivery Schedule: 200 Calendar Days After Date of Award
- FOB: Destination
- Issue Date: March 3, 2026
- Offer Due Date: March 10, 2026, 12:00 PM Eastern Time
Set-Aside
This is a Sole Source procurement. All responsible sources may submit a capability statement for agency consideration.
Evaluation
The Government intends to negotiate with RCS ROCKET MOTOR COMPONENTS, INC. based on the sole source justification. Capability statements from other sources will be considered solely for determining whether to conduct a competitive procurement.
Additional Notes
Contractors must be properly registered in the System for Award Management (SAM) at https://sam.gov. Payment requests and receiving reports are to be submitted via Wide Area WorkFlow (WAWF). Inspection and Acceptance will occur at NSWC Crane, IN. Vendors should monitor SAM.gov for any amendments prior to the closing date. Offers shall be emailed to Cassidy.k.shaw.civ@us.navy.mil.