Search Contract Opportunities

Communication Equipment Storage Cases

ID: N68335-26-RFI-0060-BL54 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Popular Questions:
Generate a draft:
Loading

Description

REQUEST FOR INFORMATION

PURSUANT TO FAR 15.101(c) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI 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 request for information 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. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.

BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS

The Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial off the Shelf (COTS) Communications Equipment (CE) storage cases with foam, CE storage cases with floating deck, and CE storage cases. These cases should allow for easy transport and foam inserts to securely store equipment. The cases must meet Military Standard 810H.

RESPONSES

Requested Information

Section 1 of the response shall provide administrative information, and shall include the following as a minimum:

  • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.
  • Business type (large business, small business, small, disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).
  • Country of origin for main component(s)

Section 2 of the response shall provide technical information, and shall include the following as a minimum:

  • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.
  • Respondents should provide a detailed description of the following characteristics of their solution in their submission:
  • Product specification, sketches, or listings of authorized distributors are not to count as part of the page count.
  • Accessories available
  • Container types (case or bag)
  • Features
    • Dimensions height, width, length, weight
    • Environmental conditions
      • Minimum and maximum operating temperatures (in Fahrenheit)
      • Applicable Military Standards
    • Material Used
    • Finish/ Color
  • Other information
    • Total quantity of units sold to date
    • Date of delivery of the first unit
    • Date of delivery of most recent unit
    • Basic and extended warranty information
    • Time to production
  • If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified.
  • The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.
  • Respondents should include a list of authorized distributors.

ADDITIONAL INFORMATION

In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.

Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.

HOW TO RESPOND

Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to jacob.a.zucker.civ@us.navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 20 April 2026, 5:00 P.M. EST.

Responses to this RFI may not be returned. Respondents may not be notified of the result of the review. If a solicitation is released, it will be synopsized on the SAM website: www.sam.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.

Overview

Response Deadline
April 20, 2026, 5:00 p.m. EDT Past Due
Posted
April 13, 2026, 9:29 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$50,000 - $300,000 (AI estimate)
Odds of Award
42%
Signs of Shaping
The solicitation is open for 7 days, below average for the NAWC Aircraft Division.
On 4/13/26 NAWC Aircraft Division issued Sources Sought N68335-26-RFI-0060-BL54 for Communication Equipment Storage Cases due 4/20/26. The opportunity was issued full & open with NAICS 326199 and PSC 8145.
Primary Contact
Name
Jacob Zucker   Profile
Phone
(240) 948-8392

Documents

Posted documents for Sources Sought N68335-26-RFI-0060-BL54

Opportunity Assistant


AI Analysis

AI Generate

Incumbent or Similar Awards

Contracts Similar to Sources Sought N68335-26-RFI-0060-BL54

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N68335-26-RFI-0060-BL54

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N68335-26-RFI-0060-BL54

Experts for Communication Equipment Storage Cases

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAIR WARFARE CTR AIRCRAFT DIV
FPDS Organization Code
1700-N68335
Source Organization Code
100255266
Last Updated
April 20, 2026
Last Updated By
jacob.a.zucker.civ@us.navy.mil
Archive Date
April 20, 2026