Aerotech Reload Kits
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 (NSWC) Crane intends to award a sole-source, Firm Fixed-Price contract for sixty-four (64) Aerotech Reload Kits. This requirement is for items already integrated into the customer's program. The proposed contract action is with RCS Rocket Motor Components, Inc., under the authority of FAR 13.106-1. While intended as sole-source, all responsible sources may submit a capability statement for consideration.
Scope of Work
NSWC Crane requires 64 Aerotech Reload Kits, specifically:
- 24 units of M2500T-PS RMS-98 / 10240 (P/N: 13250P)
- 24 units of M4500ST-PS 98/7680 (P/N: 13450P)
- 16 units of M6000ST-PS 98/10240 (P/N: 13600P) These items are classified as Haz Class: 1.3C, Security Cat: 4. Shipping fees are also included.
Contract Details
- Type: Sole Source, Firm Fixed Price
- Set-Aside: Unrestricted (but intended sole source)
- Delivery: 200 Calendar Days After Date of Award
- FOB: Destination
- PSC: 1340 - Rockets, Rocket Ammunition And Rocket Components
- NAICS: 325920
Submission & Evaluation
Offerors must be properly registered in SAM. Capability statements or offers shall be emailed to Cassidy.k.shaw.civ@us.navy.mil.
- Response Due: March 19, 2026, at 4:00 PM EST. Information received from other sources will be considered solely for determining whether to conduct a competitive procurement. The Government retains discretion not to compete based on responses.
Additional Notes
This solicitation is issued pursuant to FAR Part 13. All changes and amendments will be posted to SAM.gov, and interested vendors are responsible for monitoring the site. Payment requests and receiving reports are to be submitted via Wide Area WorkFlow (WAWF). Inspection and Acceptance will occur at NSWC Crane, IN.