Shipboard Warning System
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, Panama City Division (NSWC PCD) has issued a Request for Information (RFI), N6133126SNQ16, seeking industry feedback for a Shipboard Laser Warning System. This RFI aims to understand current capabilities, industry's willingness to undertake development, and to bound costs and development time for such a system. Responses are due by March 25, 2026.
Scope of Work
The desired system should, at a minimum:
- Provide hemispherical coverage in visible to short-wave infrared ranges.
- Operate in all weather conditions and sea states.
- Integrate into a ship's power system, network, alarm/warning indications, and human user interfaces.
- Detect and classify continuous wave, pulsed, and quasi-pulsed laser irradiances, including coded lasers.
- Provide general information on irradiance (wavelength, color, angle of arrival, energy/power densities).
- Provide specific warning to personnel's Maximum Permissible Exposure (MPE) based on sensed wavelength and energy/power density.
- Achieve operational availability greater than 90%.
- Be maintainable by ship personnel for basic preventative and corrective tasks.
- Require minimal depot-level or OEM maintenance.
- Be supportable by the OEM for ten years (parts, updates, technical refreshments).
- Operate independently of internet connections and software license renewals for its life.
Submission Requirements
Responses are limited to 5 single-sided, 1.5-spaced pages (excluding cover sheet) in Microsoft Word or Adobe Acrobat format. Submissions should include:
- TITLE: Descriptive title for the technology solution.
- SUBMITTER INFORMATION: Company name, location, and point of contact details.
- TECHNOLOGY DESCRIPTION/SOLUTION IMPACT: Technology/approach, benefits, operational description, and estimated Technical Readiness Level (TRL) with justification (Rapid fielding requires COTS or minimum TRL 7).
- INDUSTRY CAPABILITIES: Ability to deliver the system within approximately 12 months, lead time for a single system, and ability to obtain Top Secret facilities clearance and personnel access.
- CRITERIA: How the technology complies with basic requirements/goals.
- COST/FUNDING ESTIMATES: High-level cost estimates and confirmation of pre-established contract vehicles for rapid fielding.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified
- Response Due: March 25, 2026, 5:00 PM EST
- Published: February 18, 2026
Additional Notes
This RFI is for planning purposes only and is not a request for competitive proposals. Responses are not offers and will not result in a binding contract. Companies will not be paid for submissions. The Government may use this information to define requirements, potentially leading to future procurement, but does not guarantee funding or feedback. Unclassified documentation should be delivered to Mr. Brandon Hayes.