SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD)
SUBJECT: The Naval Surface Warfare Center Philadelphia Division (NSWCPD) is a Department of Defense entity responsible for research and development, test and evaluation, engineering and fleet support organization for the Navy’s ships, submarines, military watercraft and unmanned vehicles. This requirement is for NSWCPD Code 333, which has the responsibility of providing environmental qualification testing services for a wide array of Hull, Mechanical, and Electrical (HME) equipment that is used, modernized, upgraded, maintained, and/or sustained by any of the NSWC Technical Departments.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the supplies/services described herein prior to determining the method of acquisition.
SOURCES SOUGHT DATE: 11 June 2025
SOURCES SOUGHT RESPONDE DUE DATE: 26 June 2025
CONTRACTING OFFICE ADDRESS: N64498
CLASSIFICATION CODE (PSC/FSC): H299
NAICS: 541380 - Testing Laboratories and Services
TECHNICAL CODE: Code 333
ANTICIPATED AWARD DATE: Q4 FY26
ANTICIPATED SET-ASIDE: TBD
CONTACT POINTS: Angela Cusati/Kristen Cella
CONTRACT TYPE: Cost Plus Fixed Fee (CPFF), Indefinite Delivery, Indefinite Quantity (IDIQ) Contract with subsequent Task Orders.
EQUIPMENT INSTALLED LOCATION: Philadelphia, PA
SCOPE: The purpose of this contract is to support NSWCPD Code 333 with the requisite Environmental Qualification Testing EQT testing activities under its cognizance. It also includes non-standard, non-qualification tests relating to Research, Development, Test and Evaluation (RDT&E) of EQT methods and systems.
The Contractor shall support NSWCPD Code 333 in execution of laboratory testing, test procedure, test report and test fixture fabrication in contractor facilities in support of ship hardening efforts, specifically related to performing Shock and Vibration testing on a wide array of Navy HME Equipment. It is anticipated that Code 33 will require fifty-seven (57) tests performed per year.
CAPABILITY STATEMENTS:
Interested businesses are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, demonstrating their ability to fulfill this requirement. Responses and capability statements must address, at a minimum the following:
SECTION 1: INTRODUCTION. Identify the Sources Sought Number and Title
SECTION 2: CORPORATE DESCRIPTION.
- Name of Company and Address
- Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB)
- Points of contact, including: Name, Title, phone, and e-mail address
- CAGE Code and DUNS Number
SECTION 3: REQUIREMENT
1. A complete description of the Offeror’s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government’s objectives as stated in the attached DRAFT SOW;
2. A summary of previous corporate experience relevant to the above ‘scope’ obtained within at least the last five years together with applicable Government contract numbers and Government technical and contract points of contact with current telephone numbers;
3. A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts.
*Attachment (1) DRAFT Statement of Work (SOW)
Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.
Note: Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor’s accounting system be determined adequate for considering costs applicable to the contract or order.
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 must be received no later than 4:00pm EST on 26 June 2025 by e-mail to Kristen Cella at kristen.m.cella.civ@us.navy.mil