N0016426RJR98 – TIMED FIRING DEVICE - PSC 1375 - NAICS 325920
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, Crane Division (NSWC-CR) is conducting a Presolicitation for the production, acceptance, and delivery of the Timed Firing Device (TFD) system. This effort is anticipated to result in a Firm-Fixed-Price (FFP), five-year, Indefinite-Delivery Indefinite-Quantity (IDIQ) supply contract with an estimated value of $31,000,000. This acquisition is a Total Small Business Set-Aside. Interested parties are encouraged to review draft documents and complete a market research questionnaire.
Purpose & Scope
The TFD is a compact, lightweight, precision electronic device designed for initiating a broad spectrum of explosives. It offers versatile activation timing (30 seconds, 3 minutes, 10 minutes, or up to 24 hours via PC/Android app) and is compatible with both single-use LEEFI and reusable Shock Tube Initiator Chips. The system is robust, waterproof, and includes a dedicated training mode. The contract will cover the TFD kit (MR27), the TFD blasting demo accessory kit (MR28), and the RSI-1586-01 Plastic Encapsulated Detonator or LEEFI (MR29). All units must be manufactured in accordance with draft SOW, Performance Specification, Drawings, ADL, and CDRL.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), five-year, Indefinite-Delivery Indefinite-Quantity (IDIQ) supply contract.
- Estimated Value: Approximately $31,000,000.
- Set-Aside: Total Small Business Set-Aside (FAR 19.104-1).
- Cybersecurity: Minimum CMMC Level 2 (Self-Assessment) required at time of award (DFARS 252.204-7025).
- Key Milestones: A Production Readiness Review (PRR) is expected within 135 days of contract award. First Article units are due within six months of the delivery order effective date, and production units within 180 days following successful First Article Testing (FAT) and Acceptance. Both FAT and Lot Acceptance Testing (LAT) are mandatory.
Submission & Evaluation (Draft RFP Criteria)
- Submission Platform: The full solicitation and proposal submissions will be exclusively through the PIEE Solicitation Module (PSM) at https://piee.eb.mil.
- Proposal Structure: Proposals are expected to include Volume I (Contract Documentation), Volume II (Technical Approach - Manufacturing, Management, Quality Plans), Volume III (Past Performance - three recent/relevant references), and Volume IV (Price Proposal).
- Evaluation Factors: Award will be made to the responsible offeror whose proposal represents the best value to the Government. Evaluation factors, in descending order of importance, are: Technical Approach (Significant Importance), Past Performance (More Important than Price), and Price (Least important, but becomes more important if other factors are equal). Contract Documentation will be evaluated on a Pass/Fail basis.
- Eligibility: Contractors must be registered in SAM.gov and the Joint Certification Program (JCP) to access controlled attachments.
Action Items & Deadlines
This is a presolicitation notice. Interested parties are strongly encouraged to review the provided draft documents and complete the Market Research Questionnaire to inform the Government's acquisition strategy.
- Market Research Response Due: May 23, 2026.
- Inquiries: Direct all questions to Ms. Shawna Gainey at (812) 227-9623 or shawna.y.gainey.civ@us.navy.mil, referencing the solicitation number.