N0016426SNB47 - Professional Support Services NSWC Crane Code GXW; PSC R425, NAICS 541330
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 is conducting a Sources Sought/Request for Information (RFI) to identify qualified SeaPort-NxG MAC holders for Professional Support Services. This RFI is for the Global Deterrence and Defense Department (Code GX) and Systems Hardware and Test Division (Code GXW), seeking non-personal engineering, technical, and management support for strategic nuclear weapons and Strategic Weapons Systems (SWS) programs. Responses are due March 20, 2026.
Scope of Work
NSWC Crane Code GXW requires services to support the development of processes and technical information based on Naval and Strategic Weapons Systems (SWS) experience. Key programs include the Trident D5 Life Extension Program (D5LE2), System Level Test (SLT), Strategic Weapons Systems Ashore (SWSA), Nuclear-Armed Sea-Launched Cruise Missile (SLCM-N), Strategic Systems Programs (SSP) System’s Engineering, and the Shipyard Installation Test Program (SITP).
The requirement is structured around six (6) Task Areas:
- Strategic Weapons System (SWS) Ashore
- Shipyard Installation Test Program (SITP)
- SWS Ashore Missile Tube Conversion
- Sea-Launched Cruise Missile – Nuclear (SLCM-N)
- System Level Test (SLT)
- SSP Systems Engineering Support
Services will be performed at various locations including NSWC Crane (IN), Strategic Systems Programs Headquarters (SPHQ) in Washington D.C., and Cape Canaveral Space Force Station (CCSFS) in Florida, with other sites as directed.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE)
- Anticipated Duration: One (1) year base period with four (4) option years
- Estimated LOE: 57 Full-Time-Equivalents (FTEs) per year, totaling 538,288 hours
- Set-Aside: Market research to determine small business participation (prime/subcontractor). Small Business Primes must demonstrate ability to perform >50% of the effort.
- Response Due: March 20, 2026, 6:00 PM ET
- Published: March 4, 2026
- NAICS: 541330 (Engineering Services)
- PSC: R425 (Engineering And Technical Services)
Response Requirements
Responses are limited to SeaPort-NxG MAC holders and must be submitted electronically to Bryce Jenkins (bryce.c.jenkins.civ@us.navy.mil). Submissions should reference tracking number N00164-25-RFPREQ-CR-GXT-0010 and not exceed 10 pages (Times New Roman, 12-point font).
Required content includes:
- Capability statements demonstrating ability to perform services for each Task Area.
- A matrix outlining prime/subcontractor task performance.
- A narrative addressing key personnel, security requirements (Facility Clearance Level, Safeguarding Level), and contractor facility locations.
- Business size status (prime and team members) and SeaPort-NxG MAC Contract Number.
- Proprietary information must be clearly marked; classified material is not accepted.
Additional Notes
This notice is for market research purposes only and is not a request for proposals. It does not guarantee a future solicitation or contract award. The Government will not pay for information received. Current services are provided by JRC Integrated Systems, Inc. under contract N00178-819-D-7934 / N0016420F3017. Attachments include a Draft SOW and Draft Personnel Qualifications.