REQUEST FOR INFORMATION – Test, Evaluation, Repair, Modification & Upgrade of Electronic Warfare Systems

SOL #: N0016426RWS78Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC CRANE
CRANE, IN, 47522-5001, United States

Place of Performance

Crane, IN

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 6, 2026
2
Submission Deadline
Apr 6, 2026, 8:00 PM

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.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 6, 2026
REQUEST FOR INFORMATION – Test, Evaluation, Repair, Modification & Upgrade of Electronic Warfare Systems | GovScope