Isolation Rings for the TR-343 Transducer 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 (NSWC) Crane Division intends to award a sole-source, Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract to RE:Build CR, LLC for Isolation Rings for the TR-343 Transducer system. The estimated maximum value is $2.5 million over a 5-year ordering period. While this is a notice of intent for a sole-source award, other responsible sources are invited to submit capability statements for consideration. Responses are due April 6, 2026.
Purpose & Scope
NSWC Crane requires specialized Isolation Rings, critical components for the TR-343 Transducer system. This system is part of the AN/SQS-53C Hull-Mounted Sonar Array, which supports the AN/SQQ-89(V) Anti-Submarine Warfare (ASW) System. The Isolation Rings provide essential electrical isolation for the piezoelectric device within the transducer. The requirement is for two types of resin-based, piezoelectric-tested Isolation Rings.
Contract Details
- Type: Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: 5-year ordering period
- Estimated Value: Up to $2.5 million
- Set-Aside: None (intended sole-source)
- Product Service Code: 5845 (Underwater Sound Equipment)
- Place of Performance: NSWC Crane, Crane, IN
- Delivery Requirements: Equal quantities of both ring types, 250 each within 3 months of a delivery order, and an additional 250 each every 30 days thereafter.
Sole-Source Justification & Response
The intent to award sole-source to RE:Build CR, LLC is based on 10 U.S.C. 3204(a)(1) and FAR 6.103-1, citing only one responsible source. The justification is to avoid substantial duplication of costs or unacceptable delays in fulfilling agency requirements. This notice is not a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation. Such submissions will be considered by the agency, primarily for re-evaluating the sole-source justification or potentially changing the acquisition strategy.
Submission Requirements & Deadlines
- Response Due: April 6, 2026, 6:00 PM EST
- Published Date: March 23, 2026
- Registration: Contractors must be registered in SAM.gov and the Joint Certification Program (JCP) to access controlled attachments.
- Inquiries: Direct questions to Steven Junkins at steven.l.junkins2.civ@us.navy.mil, referencing the solicitation.
Important Notes
This synopsis does not constitute an Invitation for Bids (IFB), Request for Quote (RFQ), or Request for Proposal (RFP). The Government is not liable for any costs incurred by companies responding to this announcement.