Headspace Gauges

SOL #: N0016426Q0079Solicitation

Overview

Buyer

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

Place of Performance

Crane, IN

NAICS

Small Arms (332994)

PSC

Guns, Through 30 Mm (1005)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 29, 2026
2
Submission Deadline
May 12, 2026, 4:00 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 (NSWC) Crane is soliciting proposals for Headspace Gauges under a Firm Fixed-Price contract (N0016426Q0079). This is a Total Small Business Set-Aside acquisition for multiple headspace gauges manufactured to specific technical specifications. Quotes are due May 12, 2026, at 12:00 PM Eastern Time.

Scope of Work

NSWC Crane requires headspace gauges for various calibers, including "GO" (minimum) and "NO-GO" (maximum) dimensions, and diameter specifications. Key requirements include:

  • Material: High-alloy tool steel (AISI O1 or O2), heat-treated to Rockwell Hardness of 58-60 HRC.
  • Tolerances: Perpendicularity within 0.0002" TIR.
  • Surface Finish: 16 microinches Ra or better for bearing surfaces; 32 microinches Ra or better for other surfaces.
  • Labeling: Permanent labeling with SAAMI/NATO designations, nominal headspace dimension, caliber, and manufacturer's identification.
  • Certification: Third-party certification/calibration for critical dimensions (Go/No-Go, perpendicularity, diameter) with a detailed report.
  • Documentation: Vendors must provide CAD drawings for each gauge.
  • Packaging: Individual packaging in a labeled, durable storage container.

Contract Details

  • Type: Firm Fixed Price
  • Set-Aside: Total Small Business (100%)
  • Minimum Quantity: 1
  • Maximum Contract Value: $2,000,000.00
  • Period of Performance: Five potential contract years.
  • Place of Performance: Crane, IN, United States.
  • Delivery: FOB Destination.

Submission & Evaluation

This is a competitive requirement evaluated using the Low Price Technically Acceptable (LPTA) criteria.

  • Evaluation Factors: Technical Approach and Past Performance.
    • Technical Approach: Requires product literature or a capabilities document demonstrating compliance with specifications and drawings, evaluated via a GO/NO GO matrix.
    • Past Performance: Evaluated based on the Supplier Performance Risk System (SPRS).
  • Responsive Quote Requirements:
    • Signed SF 1449.
    • All pricing entered on CLINs.
    • Product literature/capabilities document.
    • Completed Technical Evaluation Matrix.
    • Proof of small business status.
    • Current SAM.gov account registration.
  • Submission: Quotes must be emailed to Alicia Dobbyn (alicia.a.dobbyn.civ@us.navy.mil) and Andrew Ficklin (andrew.b.ficklin.civ@us.navy.mil).
  • Deadline: May 12, 2026, at 12:00 PM Eastern Time.

Additional Notes

This action serves as a combined synopsis/solicitation in accordance with FAR 12.202(b). Vendors must monitor SAM.gov for any amendments.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 29, 2026
Headspace Gauges | GovScope