Perform hydrostatic Testing
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 Carderock Division (NSWCCD) is conducting a Sources Sought to identify potential sources capable of performing hydrostatic testing for full-scale and large-scale models of undersea structures and structural details. This market research aims to investigate alternative testing locations in Bethesda, MD. The anticipated procurement will be firm fixed price, with an RFQ expected around April 1, 2026. Capability Statements are due by March 2, 2026, at 4:00 p.m. Eastern.
Scope of Work
NSWCCD seeks vendors capable of performing hydrostatic testing on various sized structural test articles to different pressures. This includes testing at atmospheric temperature, often requiring real-time monitoring of structural response using strain sensors. Specific information is requested regarding available pressure vessels, including internal dimensions, maximum operating pressure, strain channel capacity, port availability, and testing mediums. A Performance Work Statement (PWS) detailing requirements for large diameter hydrostatic testing is attached to the original notice.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Procurement Type: Firm Fixed Price
- Anticipated RFQ Issuance: Around April 1, 2026
- Response Due: March 2, 2026, 4:00 p.m. Eastern
- Published: January 28, 2026
Submission & Evaluation
Interested parties must submit a Capability Statement via email to both Christopher C. Rolince (christopher.c.rolince.civ@us.navy.mil) and David Crouch (david.w.crouch3.civ@us.navy.mil). The Capability Statement should include:
- Organization name, address, contact information, and ownership type.
- Tailored capability statements with supporting documentation.
- Contractor and Government Entity (CAGE) Code.
- Business size (Large, Small, Small Disadvantaged, 8(a), Hubzone, Woman-owned, Veteran-owned) and details on subcontracting or teaming if applicable. Only information provided in the written Capability Statement will be considered.
Eligibility / Set-Aside
Information regarding business size is requested to determine potential small business participation. No specific set-aside has been designated for this Sources Sought notice.
Additional Notes
The primary NAICS code is 541380 (Testing Laboratories) and the Product Service Code (PSC) is R425 (Engineering And Technical Services). The place of performance is Bethesda, MD.