REQUEST FOR INFORMATION – Test, Evaluation, Repair, Modification & Upgrade of Electronic Warfare Systems
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, NSWC Crane, has issued a Solicitation (N0016426RWS78) for Test, Evaluation, Repair, Modification & Upgrade of Electronic Warfare Systems. This opportunity focuses on off-site depot repairs of airborne electronic attack equipment, including Prime Mission Equipment (PME), Weapon Replaceable Assemblies (WRAs), and Shop Replaceable Assemblies (SRAs). The work will involve a phased approach, with an initial transition period at NSWC Crane, IN, followed by performance at the contractor's facility. Proposals are due April 6, 2026, at 4:00 PM local time.
Scope of Work
The contractor will provide labor, materials, supplemental equipment, and facilities to conduct test, evaluation, repair, modification, and upgrades of various electronic warfare system components. This includes RF, Digital, and Analog assemblies, AC/DC Power Supplies, and RF Waveguide and Antenna Assemblies. Maintenance and repair of Government Furnished Equipment (GFE) and cable manufacturing are also required. Work must adhere to industry standards such as IPC-A-610J, IPC-7711/21D, and IPC-WHMA-A-620E, and the contractor must maintain an ISO-9001:2015 certified quality system.
Contract Details
The Government contemplates awarding a cost reimbursement, level of effort base and options contract. While no specific set-aside is designated in the metadata, the solicitation includes Small Business requirements, mandating offerors demonstrate providing at least 10% of the total estimated amount to small business concerns. A HUBZone Price Evaluation Preference is also applicable. Compliance with Cybersecurity Maturity Model Certification (CMMC) Level 2 is mandatory.
Key Deliverables & Reporting
The contract includes numerous Contract Data Requirements Lists (CDRLs). Key deliverables include:
- Monthly Status Reports (A001)
- Technical Reports - Study/Services (A002)
- Test/Inspection Reports (A003)
- Government Furnished Material (GFM) by NSN Baseline Report (A004) (due within 60 days of award)
- Government Property (GP) Inventory Report (A005) (quarterly)
- Incident Reports (A006) (within three business days of incident)
- Contractor's Safety Plan (A007) (as required, first submission by 03/03/2026) These reports detail ongoing performance, technical findings, property management, and safety compliance.
Submission & Evaluation
Proposals must be submitted via email to Wesley Ryan (wesley.l.ryan2.civ@us.navy.mil) by April 6, 2026, 4:00 PM local time. Evaluation will prioritize: Technical Approach (including Management Approach), Past Performance (recency, relevancy, quality), Cost Proposal (cost realism analysis), and Contract Documentation (pass/fail). Bidders must use provided templates for cost proposals and past performance references. Questions were due two weeks after the initial RFP posting.
Additional Notes
The solicitation includes detailed requirements for packaging and marking (MIL-STD-129R, ASTM-D-3951-18), inspection and acceptance (ASQ/ANSI/ISO 9001:2015), and management of Government Furnished Property (GFP). Offerors must identify and mitigate any potential Organizational Conflict of Interest (OCI) issues. An estimated labor mix is provided for reference, though offerors can propose their own.