N0017826R4403 Rapid Prototyping
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 Department of the Navy, Naval Surface Warfare Center, Dahlgren Division (NSWCDD), has issued a Sources Sought notice for N0017826R4403 Rapid Prototyping (H40/H60 Rapid Prototyping Support). This is market research to identify qualified sources capable of providing rapid prototyping and hardware fabrication for tactical systems. The government anticipates a Five (5) Year IDIQ contract. Capability statements are due by April 17, 2026, at 10:00 AM EST.
Scope of Work
The primary focus is the delivery of tactical systems to the warfighter. The required services include:
- Prototype development, hardware fabrication for prototypes or higher volume units and kits.
- Engineering design, development, and testing.
- Drawing development, bill of material development, design analysis, and manufacturability analysis.
- Project management.
- Support for programs such as Battle Management Systems (BMS), Assault Amphibious Vehicle (AAV) projects, and manned/unmanned platform integration.
- Manufacturing and delivery of test tools for Acceptance Testing and repairs to tactical/testing equipment.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract: Five (5) Year IDIQ, Firm-Fixed-Price (FFP) with Cost-Plus-Fixed-Fee (CPFF) Level of Effort Delivery Orders.
- Set-Aside: Not yet determined; market research will assess potential for a small business set-aside.
- Response Due: April 17, 2026, 10:00 AM EST.
- Anticipated Solicitation: November 2026.
- Anticipated Performance Start: June 2028.
Submission Requirements
Interested parties, especially small businesses, must submit capability statements not exceeding ten (10) pages. Submissions should include:
- Company profile (CAGE Code, DUNS, Small Business status).
- Description of capabilities, experience, facilities, and techniques relevant to the SOW.
- Ability to meet mandatory SOW requirements (e.g., certifications, clearances).
- Business/contracts/marketing points of contact.
- Summary of past performance (last 5 years) as a Prime Contractor.
- List of prospective Sub-contractors and their ability to meet subcontracting limitations.
- Feedback on the draft SOW (optional, limited to three pages). Responses must be emailed to Ms. Trista Robinson (trista.p.robinson.civ@us.navy.mil) and Mr. Jason Simpson (jason.w.simpson.civ@us.navy.mil).
Special Requirements
- Certifications: Offeror's manufacturing facilities must be ISO 9001:2015 and AS9100D certified.
- Security: Prime Contractor requires a Facility Clearance Level (FCL) of SECRET and a Personnel Clearance Level (PCL) of SECRET for directly supporting personnel.
- Place of Performance: Contractor's primary facility must be located within 200 miles of NSWCDD, Dahlgren, VA.
Additional Notes
This notice is for planning purposes only and does not constitute an RFP. An Organizational Conflict of Interest (OCI) Clause will be included in the future RFP. Incumbent contractors are HART Technologies, Inc. and JF Taylor, Inc.