REFURBISHMENT – SOLE SOURCE - MK 59 MOD 0 FIRING DEVICES AND MK 62 MOD 0 NON-MAGNETIC FIRING DEVICES
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 is conducting market research via a Sources Sought to identify potential sources for the refurbishment of existing MK 59 MOD 0 Firing Devices and MK 62 MOD 0 Non-Magnetic Firing Devices. NSWC Crane intends to award a sole source, five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract to AMTEC Corporation. This notice seeks to determine if other companies can mitigate the sole source justification. Responses are due February 17, 2026.
Scope of Work
The Government is seeking information from companies capable of refurbishing existing MK 59 MOD 0 Firing Devices and MK 62 MOD 0 Non-Magnetic Firing Devices. This effort aims to address the current sole source justification, which is based on a lack of sufficient technical data, special equipment, potential duplicative costs, and unacceptable delays if procured from other sources.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type (if sole source proceeds): Indefinite Delivery Indefinite Quantity (IDIQ)
- Anticipated Duration: Five years
- Set-Aside: None specified (market research stage, but intent is sole source)
- Response Due: February 17, 2026, 7:00 PM EST
- Published: February 2, 2026
Submission Requirements
Interested parties should submit:
- Company and product literature.
- A white paper (max 5 pages).
- Description with performance parameters and current availability.
- Summary of prior testing and test reports.
- Budgetary estimate for test articles and production units, including quantity breaks.
- Historical evidence of refurbishment, qualification, and testing.
- Details on how the proposed solution mitigates the Government's sole source justification.
- Identification of other Government contracts with similar efforts.
- Details on whether a demonstration of refurbishment can be provided.
Responses must include: Submitter’s Name, Street Address, City, State, Zip Code, Business Size, Point of Contact (POC), POC Telephone, and Announcement Number N0016426SNB25. Contractors must be registered in SAM.gov.
Important Notes
This is a Sources Sought notice for market research only and does not constitute a solicitation or commitment to award a contract. No funding is available for responses, and costs incurred will not be reimbursed. All questions should be directed to Kristina Wagoner at kristina.m.wagoner.civ@us.navy.mil, referencing N0016426SNB25.