Engineering Services and Supplies to Support AEGIS Weapon System
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, Crane Division (NSWC Crane) is conducting market research via a Sources Sought (SS)/Request for Information (RFI) for Engineering Services and Supplies to support the AEGIS Weapon System, specifically the AN/SPY-1 radar system. NSWC Crane intends to award a sole-source Basic Ordering Agreement (BOA) to Lockheed Martin, and is seeking industry capabilities to mitigate this sole-source justification. Responses are due May 22, 2026, at 02:00 PM EST.
Scope of Work
This RFI seeks information on capabilities for the sustainment, upgrades, and repair of the AN/SPY-1 radar system across AEGIS Fleet and AEGIS Ashore platforms. The required engineering services and supplies will support U.S. and Foreign Military Sales (FMS) new ship construction, Land Based Test Sites (LBTS), and sustainment efforts for the AEGIS Weapon System (AWS), AN/SPY radars, and ancillary equipment.
Contract & Timeline
- Type: Sources Sought (SS) / Request for Information (RFI)
- Intent: NSWC Crane intends to award Job Order 0001 off a five-year Basic Ordering Agreement (BOA) to Lockheed Martin (CAGE: 02769) on a sole-source basis, citing 10 U.S.C. 3204(a)(1) as implemented by FAR 6.103-1. The Government is specifically seeking information from contractors who can mitigate this sole-source basis.
- Set-Aside: None specified; market research includes determining small business participation as prime or subcontractors.
- Response Due: May 22, 2026, at 02:00 PM EST (EDT)
- Published: May 6, 2026
Submission Requirements
Interested parties should submit:
- Company and product literature.
- A white paper (maximum 5 pages).
- Pertinent information such as: description with performance parameters, statement of current availability, summary of prior testing/test reports, budgetary estimates for test articles/production units, production quantity breaks.
- Information to mitigate the sole-source justification.
- Identification of other USG contracts with similar efforts. Responses must also include: Submitter's Name, Business Name, Address, Business Size, Point of Contact (POC) Name, Telephone, and Email.
Important Notes
This is for planning purposes only and is NOT a Request for Proposals (RFP). NO FUNDING IS CURRENTLY AVAILABLE for bid/proposal or contractual efforts, and no award will be made as a result of this notice. The Government will not pay for information received. Contractors must be properly registered in the System for Award Management (SAM) and submittals must NOT contain classified information.
Contact Information
Questions should be directed to Charlene Warren (charlene.r.warren.civ@us.navy.mil, 812-381-7139) or ReBecca Poplin (rebecca.r.poplin.civ@us.navy.mil, 812-227-9363). Reference Announcement Number N0016426SNB70.