MK70 Booster Ballast Kits Synopsis
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.
The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) has a requirement for fabrication, acceptance inspection, and delivery of MK 70 Booster Ballast Hardware Kits, in accordance with the applicable drawing package which will be provided upon RFP issuance. The contractor shall provide, design, and fabricate all necessary tooling to manufacture and dimensionally inspect the components, and provide necessary data.
This competitive requirement is being issued as a Total Small Business Set-Aside. The Government intends to award a Firm Fixed Price (FFP) Supply type contract. The contract will consist of a Base Year and four (4) 12-month options, to be exercised at the discretion of the Government. The anticipated period of performance is 30 June 2026 - 30 June 2031. This is not a new requirement and was previously awarded under contract N0017418D0014. The method of source selection will be based on the Lowest Price Technically Acceptable (LPTA). The NAICS code is 332710 and the PSC Code is 2845. Cybersecurity Maturity Model Certification (CMMC) Level 2.0 Self-Determination certification is required. There are no known security requirements associated with this requirement.
All interested sources shall provide the organization name, address, point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, unique entity ID number, and CAGE Code. In addition, all interested sources shall provide a summary of their company’s capabilities.
All responding sources must email their response submissions no later than 15 January 2026 to:
Naval Surface Warfare Center Indian Head Division
Attn: Diane Hicks
diane.d.hicks.civ@us.navy.mil
Large files need to be compressed using Zip and renamed with a .zip file extension.
This synopsis is not a request for competitive proposals. The Request for Proposals (RFP) will be posted on the System for Award Management (SAM) database via the website https://sam.gov/content/home with a projected release of FY26 Quarter 2. THIS SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. Paper copies of the solicitation and amendment(s) will not be provided.
Offeor(s) are required to complete their registration in the System for Award Management (SAM) database via the website https://sam.gov/content/home. Failure to register in SAM makes and Offeror ineligible for award of DoD contracts.