SOLE SOURCE – PRODUCTION, REPAIRS, INCIDENTAL SERVICES

SOL #: N0016426RMP02Pre-SolicitationSole Source

Overview

Buyer

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

Place of Performance

Herndon, VA

NAICS

Search (334511)

PSC

Radio And Television Communication Equipment, Airborne (5821)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 10, 2026
2
Response Deadline
Mar 25, 2025, 6:00 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 Naval Surface Warfare Center, Crane Division (NSWC Crane), on behalf of the Department of the Navy, intends to award a sole-source Basic Ordering Agreement (BOA) to The Boeing Company for Cross Domain Solutions Hardware Wall (CDS HWW) production, repairs, and engineering support. This effort supports the Maritime Patrol and Reconnaissance Aircraft (MPRA), P-8A Poseidon, and Triton Systems. The estimated maximum contract value is $24.8M.

Scope of Work

This requirement focuses on the Cross Domain Solutions Hardware Wall (CDS HWW), specifically PN HWW-1U-3L-3-HW. The scope includes:

  • Production of CDS HWW units.
  • Test, Teardown, and Evaluation (TT&E) services.
  • Repairs and maintenance.
  • Associated engineering support.

Contract & Timeline

  • Type: Sole-Source Basic Ordering Agreement (BOA), Firm-Fixed-Price. (Initially IDIQ, amended to BOA).
  • Duration: Five-year period.
  • Value: Maximum $24.8M, Minimum $4,000.
  • Set-Aside: None (Sole Source).
  • Synopsis Issue Date: October 1, 2025.
  • Synopsis Closing Date for Capability Statements: October 15, 2025, 2:00 PM Eastern Time.
  • Anticipated Solicitation Release: Second Quarter, Fiscal Year 2026.
  • Anticipated Award: Third Quarter, Fiscal Year 2026.
  • Place of Performance: F.O.B. Origin, Herndon, VA 20170 (Boeing's address).

Sole Source Justification & Response

This procurement is justified as sole-source under 10 U.S.C. 3204(a)(1), as implemented by FAR 6.302-1(a)(2), citing only one responsible source and the potential for substantial duplication of costs and unacceptable delays if awarded to another vendor. All responsible sources may submit a capability statement or proposal for agency consideration. Information received will be used to re-evaluate the sole-source justification or potentially change the acquisition strategy. However, the decision to not compete remains at the Government's discretion.

Additional Notes

The solicitation and any amendments for this sole-source action will not be posted to SAM.gov and are available only from the identified Point of Contact. Contractors must be properly registered in the System for Award Management (SAM) database. Point of Contact: Angie Cooperider, Code 0233, 812-381-7267, angela.w.cooperider.civ@us.navy.mil. Reference solicitation number N0016426RMP02.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Mar 10, 2026
SOLE SOURCE – PRODUCTION, REPAIRS, INCIDENTAL SERVICES | GovScope