Reaction Frames and Floor Plates Fabrication
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 for the fabrication of large-scale test fixturing, specifically "reaction frames" and "floor plates," required for structural fatigue testing. This is for market research purposes to assess industry capabilities and inform future acquisition planning. Capability Statements are due May 26, 2026.
Purpose & Scope
NSWCCD requires large-scale test fixturing, comprising "floor plates" and "reaction frames," to support structural fatigue testing. The purpose of this Sources Sought is to conduct market research, identify vendors capable of manufacturing these components, evaluate preliminary designs, compare the feasibility and cost of two reaction frame designs, and gather feedback for acquisition planning. This is an informational notice and not a Request for Quote (RFQ) or a solicitation.
Required Capabilities
Vendors must demonstrate capabilities in:
- Manufacturing: Fabricating or procuring steel floor plates and reaction frames to specified material and size requirements, machining components to precise dimensions and tolerances, and assembling the three-piece reaction frame structure with confirmed fit-up.
- Certification & Inspection: Conducting all required inspections and providing a comprehensive Certificate of Conformance, including raw material certifications, Non-Destructive Testing (NDT) reports for welds, and final dimensional inspection reports.
Information Requested
Interested organizations should submit a tailored capability statement addressing:
- Organization Details: Name, address, email, website, phone, size, ownership type, CAGE Code, and business size status (Large, Small, 8(a), Hubzone, Woman-owned, Veteran-owned), including subcontracting/teaming plans.
- Technical Capability & Experience: Ability to meet manufacturing requirements, experience with large steel structures and tight tolerances (with project examples), and NDT/dimensional inspection capabilities (e.g., CMM, FARO Arm, UT, MT).
- Manufacturability: Ability to produce either or both reaction frame designs, suggested design modifications for manufacturability, and identified risks or challenges.
- Cost and Schedule: Estimated lead time for complete test fixtures and individual components, and Rough Order of Magnitude (ROM) pricing for floor plates and reaction frames (both designs), broken down by material and fabrication/labor costs. A relative cost comparison is acceptable if detailed ROM is not possible.
Contract & Timeline
- Opportunity Type: Sources Sought (anticipates an RFQ as a Firm-Fixed-Price Purchase Order).
- Set-Aside: None specified.
- Response Due: May 26, 2026, by 12:00 PM Eastern Time.
- Published Date: May 13, 2026.
- Primary NAICS Code: 339999 – All Other Miscellaneous Manufacturing.
- PSC Code: H995 – Other QC/Test/Inspect- Metal Bars, Sheets, And Shapes.
Submission Details
Capability Statements shall be submitted via email to michael.j.bonaiuto.civ@us.navy.mil. Only information provided in the written Capability Statement will be considered.
Referenced Attachments
- Attachment 1: Performance Work Statement (PWS).
- Attachment 2: 2026-CF-PTI-A001_V2 (Contact michael.j.bonaiuto.civ@us.navy.mil by May 19, 2026, for access).
- Attachment 3: 2026-FLPL-653-A001_V3 (Contact michael.j.bonaiuto.civ@us.navy.mil by May 19, 2026, for access).
Additional Notes
This notice is for informational purposes only and does not constitute a solicitation or a commitment by the Government. No funds are available to pay for preparation of responses.