Subject: Electromagnetic Compatibility (EMC) / Electromagnetic Interference (EMI) Environmental Qualification Testing (EQT) Support
Scope: The NSWCPD has a requirement to provide Electromagnetic Compatibility (EMC) / Electromagnetic Interference (EMI) Testing Services Support in accordance with the attached DRAFT Statement of Work (SOW). These services shall be performed primarily at the contractor facility.
North American Industry Classification System (NAICS): 541380
Classification Code (PSC/FSC): H220
Contract Type: A Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) with Completion Type CLINs is anticipated.
Period of Performance: The anticipated requirement is expected to include a sixty (60) month ordering period and seventy-two (72) month period of performance. It is anticipated that the Request for Proposal (RFP) will be issued in January 2026.
Personnel Security Clearance: Confidential NOFORN
Submission of Responses: It is requested that all interested Large and Small businesses respond with a Capability Statement of a maximum of 5 double spaced pages to be used to determine the availability for this requirement. Interested Large and Small Business concerns must identify their small business socio-economic categories.
The Capability Statement shall succinctly address the following three items to demonstrate the Contractor’s capability to perform the requirements of the Draft SOW:
- The Contractor’s ability to manage, as prime contractor, the types and magnitude of tasking in the SOW; and
- The Contractor’s technical ability, or potential approach to achieving technical ability, to perform at least 50% of the cost of the task order incurred for personnel with its own employees; and
- The Contractor’s capacity, or potential approach to achieving capacity, to conduct the requirements of the SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed to complete the tasking in the SOW.
Demonstrated ability to manage, technical ability and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested Contractor’s approach to demonstrate capability.
Response Date: 15 days after posting. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Responses shall be submitted via e-mail to: Nicole.a.eckman.civ@us.navy.mil by 4:30pm on 24 July 2025.
NOTE: Only information provided in the written Capability Statement shall be considered.
NOTE: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart16.301-3(a) requires that the contractor’s accounting system be determined adequate for considering costs applicable to the contract or order.
DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A TASK ORDER AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.