Skip to content
Department of Defense

SOLE SOURCE – MK 155 MOD 0 SHAPED CHARGE PRODUCTION

Solicitation: N0016425RJR02
Notice ID: 4ae1e422801340dbae2b839d894e3c44
TypePresolicitationNAICS 332993PSC1325Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateINPostedFeb 22, 2026, 12:00 AM UTCDueFeb 24, 2026, 07:00 PM UTCCloses in 2 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: IN. Response deadline: Feb 24, 2026. Industry: NAICS 332993 • PSC 1325.

Market snapshot

Awarded-market signal for NAICS 332993 (last 12 months), benchmarked to sector 33.

12-month awarded value
$545,328,463
Sector total $20,341,046,444 • Share 2.7%
Live
Median
$261,115,250
P10–P90
$91,423,050$430,807,450
Volatility
Volatile130%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.7%
share
Momentum (last 3 vs prior 3 buckets)
+100%($545,328,463)
Deal sizing
$261,115,250 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for IN
Live POP
Place of performance
Not listed
State: IN
Contracting office
Crane, IN • 47522-5001 USA

Point of Contact

Name
Allyson Nicholson
Email
allyson.d.nicholson.civ@us.navy.mil
Phone
Not available
Name
Emma Miller
Email
emma.r.miller26.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • NSWC CRANE
Contracting Office Address
Crane, IN
47522-5001 USA

More in NAICS 332993

Description

AMENDMENT 0001 –

N0016426DJR02 - SOLE SOURCE – MK 155 MOD 0 SHAPED CHARGE PRODUCTION – PSC 1325 – NAICS 332993

Issue Date: 22 February 2026 - Closing Date: 24 February 2026- 2:00 PM EDT

This synopsis amendment announces the Government’s intent to revise the planned contract structure from a firm‑fixed‑price (FFP) one‑time buy to a five‑year Indefinite‑Delivery, Indefinite‑Quantity (IDIQ) contract. The anticipated contract value has increased to $25,000,000.

The transition to an IDIQ vehicle is intended to provide greater ordering flexibility and to accommodate an expanded scope of work, resulting in an increased contract ceiling. This change is driven by evolving mission requirements and additional needs that were not foreseeable at the time of the original award planning.

The Government currently anticipates a contract award date of 24 February 2026

--------------------------------------------------------------------------------------------------------------------------------------------------------------

N0016425RJR02 - SOLE SOURCE – MK 155 MOD 0 SHAPED CHARGE PRODUCTION – PSC 1325 – NAICS 332993

Issue Date: 15 September 2025 - Closing Date: 22 September - 2:00 PM EDT

Naval Surface Warfare Center (NSWC) Crane Division has a requirement to award an $18,000,000 Firm-Fixed-Price (FFP) one-time buy type contract, for the production and delivery of MK 155 MOD 0 Shaped Charges and supporting hardware. The current anticipated contract award date is 30 September 2025.

The Government intends to solicit and negotiate with one source, Spectra Technologies, LLC located at 12949 W AR 274 HWY, Camden, AR 71701, under authority of the signed Determination & Findings In Accordance With (IAW) 10 U.S.C. § 4022(f)(2), allowing for the award of a follow-on production contract without the use of competitive procedures when competitive procedures are utilized for selection of the parties for participation in the transaction and the participants in the transaction successfully completed the prototype project provided for in the transaction. NSWC Crane awarded an Other Transaction Agreement, Agreement Number N001642490003, IAW 10 U.S.C. § 4022 to Spectra Technologies, LLC on September 9, 2024.

In result, this follow on production requirement is being solicited on a sole source basis because only the vendor, Spectra Technologies, LLC, has the knowledge and ability to manufacture and deliver the requirements outlined in the awarded prototype. The Government does not possess the knowledge base or expertise to recreate these systems or fully install these systems. Others in industry do not have the skill set or knowledge that was developed by this vendor to create an alternate solution within a timely and costly manner to the Government therefore full and open competition will not be utilized and the procurement will be completed through sole sourcing.

All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Solicitations and amendments for this sole source action will not be posted to SAM.gov and are available only from the POC identified below.

Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov.

Questions or inquiries should be directed to Ms. Allyson Nicholson, Expeditionary Weapons Contracts Branch, Code 0232, at email allyson.d.nicholson.civ@us.navy.mil and Mrs. Emma Miller, Expeditionary Weapons Contracts Branch, Code 0232, at emma.r.miller26.civ@us.navy.mil. Please reference the above solicitation number when responding to this notice.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.