MOBILITY PROTOTYPING
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 Department of the Navy, NSWC Crane, is soliciting proposals for a Multiple Award Contract (MAC) for Mobility Prototyping. This effort involves the design, development, engineering, fabrication, and testing of prototype components and systems for Department of War (DoW) vehicles and mobility platforms. The goal is to enhance operational safety, lethality, maintainability, mobility, reliability, durability, and availability of ground mobility vehicles. This is a Total Small Business Set-Aside. Proposals are due May 11, 2026.
Scope of Work
The contract is structured around four key Technology Areas:
- Powertrain Performance Prototyping: Improvements to engine, transmission, axles, electrical motors, and power systems.
- Advanced Chassis, Body, and Mobility Handling Prototyping: Enhancements to chassis, frame, suspension, steering, body, survivability, and payload.
- Mobility Testing Services: System-level, environmental, and durability testing.
- General Prototype Fabrication and Integration: Developing physical components and integrating them into prototypes. Individual Delivery Orders (DOs) will define specific requirements, including Key Performance Parameters (KPPs), and may require prototype delivery, test reports, and various Contract Data Requirements List (CDRL) deliverables.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract(s) (MACs).
- Ordering Period: 60 months from award, with an option for an additional 60 months (total 120 months).
- Estimated Total Contract Value: $25,000,000.
- Minimum Guaranteed Order: $1,000 per MAC awardee.
- Pricing Arrangement: Firm Fixed Price for most CLINs.
- Place of Performance: Primarily within the Continental United States.
Set-Aside & Eligibility
This procurement is a Total Small Business Set-Aside (FAR 19.5). Only U.S. companies are eligible for award. Offerors must possess Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) for all information systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
Submission & Evaluation
- Questions Due: April 30, 2026, 2:00 PM Eastern Time.
- Proposals Due: May 11, 2026, 6:00 PM Eastern Time.
- Submission Method: Electronically via email.
- Evaluation Factors: Proposals will be evaluated on Factor 1 (Technical Proposal), Factor 2 (Management Approach), and Factor 3 (Past Performance). Factor 4 (Contract Documentation) is pass/fail. Technical and Management Approach are significantly more important than Past Performance.
- Past Performance: Offerors must complete Attachment 1 (Past Performance Matrix). Customers providing feedback via Attachment 2 (Past Performance Questionnaire) must submit by May 18, 2026.
Additional Notes
Offerors may propose on one or more Technology Areas. Proposals must not contain classified material. The Quality Assurance Surveillance Plan (QASP) details the Government's approach to performance monitoring.