1.0 Description
1.1 Naval Surface Warfare Center (NSWC), Crane Division in support of Department of Defense (DoD) and United States Special Operations Command Family of Special Operations Vehicles (FOSOV) is seeking information/sources as part of market research for the design, engineering, fabrication and testing of prototype components and systems for DOD vehicles and mobility platforms, such as, Infantry Squad Vehicle, Ground Mobility Vehicle, Mine Resistant Ambush Protected, Light All-Terrain Vehicle, Joint Light Tactical Vehicle, Non Standard Commercial Vehicle, 6 Wheeled Assault Platform, trailers and auxiliary power systems.
1.2 THIS IS A SOURCES SOUGHT ONLY. This Sources Sought is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This Sources Sought does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding to this Sources Sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.GOV. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
2.0 Background
NSWC Crane, Mobility Systems Engineering Branch (MXPQ) provides project oversight, engineering, and logistics for the DoD, PM-FOSOV and US Marine Corps mobility platforms across life cycle, from conceptual design development, and engineering field support. The scope of this effort shall include integrated prototypes, engineering development models (EDM), testing and low-rate initial production (LRIP). To continually adapt to evolving warfare landscapes and mission scenarios, the Government is in the process of providing the best material solutions for new and legacy ground mobility vehicles utilized by various DoD components and Special Operation Forces.
2.1 NSWC Crane intends to award multiple, competitive, Indefinite Delivery, Indefinite-Quantity (IDIQ) Firm-Fixed Price (FFP) contracts. Over a five-year ordering period, the Government intends to utilize a majority of Research and Development type of funding. This Sources Sought requests potential Offerors to demonstrate technical knowledge, ability to perform all tasks within a specific technical area and prior experience performing work that is similar in nature, scope and complexity. No pricing will be set on the basic awards. Actual requirements will be competed at the delivery/task order level amongst the IDIQ MAC awardees in accordance with (IAW) FAR 16.505(d). The total maximum value of all competed requirements is not expected to exceed $25M.
2.2 Section 1.2 of DRAFT Statement of Work (SOW) lists four (4) specific technology areas; Powertrain Performance Prototyping, Advanced Chassis, Body and Mobility Handling Prototyping, Mobility Testing Services and General Prototype Fabrication and Integration. All technology areas are expected to be executed under full and open competition after exclusion of sources: TOTAL SMALL BUSINESS SET ASIDE in accordance with (IAW) FAR 6.203.
2.3 The Government anticipates that interested parties will propose single to multiple technology areas.
2.4 PSC/FSC listed above is the Governments’ estimate of the primary PSC/FSC for individual delivery orders. Other PSC/FSC codes anticipated include AC13, AS23, J025, K025, K026 and K029.
2.5 Due to limited availability of Government Furnished Property (GFP), for individual delivery orders the Government would not be able to provide each potential offeror GFP for their review for proposal purposes.
3.0 Requested Information
The Government is requesting that interested parties review the attached DRAFT SOW and provide responses in Section 2 of white paper.
4.0 Responses
4.1 Interested parties are requested to respond to this Sources Sought with a white paper.
4.2 All responses should be in PDF format and are due no later than 16 October 2025 - 2:00 PM Eastern Time (ET). Responses shall be limited to six (6) pages for Section 2 and submitted via email only to ashley.n.bechtel2.civ@us.navy.mil. The subject line of the email should read as follows “Mobility Prototyping”. Any response received after this date will also be considered but may not be included in initial reporting or assessments. Companies are encouraged to attach standard company literature, pictures or graphs with no page limitation.
4.3 Section 1 of the white paper shall provide administrative information and shall include the following as a minimum.
4.3.1 Name, mailing address, phone number, email of designated point of contact
4.3.2 Cage Code
4.3.3 Business type – (Large, Small, Small disadvantages business) based on North American Industry Classification System (NAICS) code 541715.
4.3.4 Is your company familiar with proposing a SOO into a SOW type format proposal?
4.3.5 Is your company willing to propose Prototyping type work as a FFP type contract?
4.3.6 Standard delivery term – (FOB Destination/Origin)
4.3.7 Is your company familiar with invoicing/billing through Wide Area Work Flow (WAWF) module within the Procurement Integrated Enterprise Environment (PIEE)?
4.3.8 Is your company familiar with the handling of Government Furnished Property (GFP) and utilizing the GFP module within the PIEE system?
4.3.9 Prior experience working with the Government. (Prime, Subcontractor, Nature of the work, service/supply)
4.3.10 Inspection/Acceptance – depending on requirement could be at contractor facility
4.4 Section 2 of the white paper shall answer the following section of this Sources Sought and shall be limited to six (6) pages.
4.4.1 Provide feedback on how the DRAFT SOW is written.
4.4.2 Provide feedback on technology areas in section 1.2 of DRAFT SOW.
4.4.3 Which Technology area(s) would your organization would be willing to propose?
4.4.4 Is your company capable of performing all aspects of the individual technology area? If not which parts, would you be able to support?
4.4.4.1 Provide brief description of technical knowledge and experience with performing work that is similar in nature, scope and complexity for each technology area your company would be interested in proposing.
4.4.5 Provide brief description of familiarity and ability to perform the different requirements listed in section 3 of the attached SOW.
4.4.6 Describe current equipment, facilities, key personnel, certifications, access to testing facilities, chambers, coarse/test track, software programs that apply to the different technology areas described in the SOW.
4.4.7 At the delivery order level, if the Government were able to provide a site visit for the review of GFP, would your company participate. Would GFP not being available at the delivery order level prevent your company from proposing on individual delivery orders?
5.0 Questions
Questions or inquiries should be directed to Ashley Bechtel, Code 0233, telephone 812-381-7233, email ashley.n.bechtel2.civ@us.navy.mil. Please reference the above Sources Sought number when responding to this notice.
6.0 Summary
THIS IS A SOURCES SOUGHT ONLY to identify sources that can provide MOBILITY PROTOTYPING. The information provided in the Sources Sought is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
Contractors must be properly registered in the Government System for Award Management database (SAM) and in the Joint Certification Program (JCP) in order to download any potential solicitation and attachments which may be issued. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at SAM.GOV. Information about the JCP is located at https://www.dla.mil/Logistics-Operations/Services/JCP/