Shipboard Warning System
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: 32407. Response deadline: Mar 25, 2026. Industry: NAICS 334511 • PSC 6340.
Market snapshot
Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334511
Description
RFI N6133126SNQ16
Shipboard Laser Warning System
CONTRACTING OFFICE ADDRESS
Naval Surface Warfare Center, Panama City Division (NSWC PCD)
110 Vernon Avenue
Panama City Beach, Florida 32407
GENERAL INFORMATION
This is a Request for Information (RFI) as defined in FAR 10.002(b)(2)(iii) to obtain i market information or capabilities for planning purposes. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Companies that respond will not be paid for the information submitted. The Government will be utilizing Government personnel only under this RFI. The role of these Government personnel is to function as reviewers. These personnel will have access to the information submitted in response to the RFI and will provide technical expertise and/or advice as required. All personnel have Non-Disclosure Agreements on file with the Government.
NOTE: Responses to this RFI are due no later than six weeks from the RFI publication date. If late information is received, it may be considered by the Government Evaluation Team, depending on agency time constraints.
GENERAL INTENT
DESCRIPTION
The Navy provides this RFI inviting industry to gain industry feedback to understand current industry capabilities and their willingness to undertake such a development, and to bound the costs and development time required to achieve the desired system.
Note: There is no guarantee that any submitted topic will be funded, and responders to this RFI will have no competitive advantage in receiving awards related to the submitted topic area. The information submitted in all responses may be utilized to help the Government further define its requirements. If the Government develops a project that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve project objectives.
BACKGROUND
Lasers present unique threats to ships and shipboard personnel. The Government is seeking information and potential sources for a shipboard warning system. The Government wants to understand the market space and inform our requirements. The Government may potentially work with vendors to close identified gaps between current technology states and desired technology states, and/or use this information for potential future procurement.
Basic Goals/Requirements
The system would ideally meet the following requirements, at a minimum:
- provide hemispherical coverage of the ship in the visible to short wave infrared ranges;
- operate in all weather conditions and sea states;
- integrate into a ship’s power system, network, alarm/warning indications and human user interfaces;
- detect and classify laser irradiances from continuous wave lasers, pulsed lasers and quasi-pulsed lasers;
- detect and classify coded laser irradiances, for example from laser beam designators;
- provide general information on the irradiance, including wavelength (in nanometers) and color (in general terms), angle of arrival, maximum and average energy and power densities;
- provide specific warning to personnel’s Maximum Permissible Exposure (MPE) based on wavelength and energy/power density sensed;
- have operational availability of greater than 90%;
- be maintained by ship personnel for basic preventative and corrective maintenance, including implementing OEM software updates when convenient for the ship’s schedule;
- require minimal depot level or original equipment manufacturer (OEM) preventative and corrective maintenance;
- be supportable by the OEM through repair parts, updates, and technical refreshments for ten years;
- operate independently of internet connections and software license renewals for the life of the system;
Responses are encouraged, even if all goals/requirements cannot be met.
REQUIRED RESPONSES
Limit RFI responses to 5 pages. Responses containing Contractor proprietary information must be marked and transmitted in accordance with Contractor company requirements. Proprietary information can be submitted by either encrypted email or CD/DVD digital media. CLASSIFIED SUBMISSIONS ARE NOT PERMITTED. Note: See Format and Page Limitations and Submission of Documentation paragraphs for additional instructions. Responses are preferred in the following format:
TITLE: Descriptive title for technology solution
SUBMITTER INFORMATION: Responses should include the company name, location of company, and the title, telephone number, and both mail and e-mail addresses of a point of contact having authority and knowledge to discuss the submission and the potential for procurement to support rapid fielding.
TECHNOLOGY DESCRIPTION/ SOLUTION IMPACT: This section provides essential background information on technology. This section should include at least the following:
- Technology Description: technology/approach and its current and future uses
- Benefits: the potential advantages of the technology offered over alternative technologies in terms of cost, performance, maturity, and other factors
- Operational Description: general description of command and control; information on operational intent (i.e.- in protected waters, sea state less than X, etc.)
- Technical Readiness Level: the estimated technical readiness level (TRL) of the system and a short justification of this level; Rapid fielding requires commercial of the shelf (COTS) or minimum TRL 7.
INDUSTRY CAPABILITIES: This section describes industry’s current and expected capability to produce and/or integrate the technology. The vendor shall have the ability to deliver the system within approximately 12 months after receipt of order. Please provide the lead time of a single system. Have or be able to obtain top secret facilities clearance and provide personnel with the same access.
CRITERIA: Please succinctly address how the technology offered will comply with one or more of the basic requirements/goals listed above.
COST/FUNDING ESTIMATES: This section describes high-level cost estimates for implementing the offered technology development. Contract vehicles must be pre-established to provide the option of procurement for rapid fielding.
FORMAT & PAGE LIMITATION
Submittals should be provided on standard letter size 8-1/2 by 11-inch paper or digital formats, limited to a maximum of 5 single-sided, 1.5-spaced pages. A cover sheet is not included in the page limit. The font for text should be Times New Roman 12-point or larger. The Responder may use oversize pages (including “foldouts”) where appropriate to contain graphic presentations. Oversize pages do not count as extra pages within the page limitations. Submitted electronic responses should be in Microsoft Word or Adobe Acrobat format and are preferred to paper responses. Existing commercial documentation and product literature can also be submitted and is not subject to a page limitation.
SUBMISSION OF DOCUMENTATION
Unclassified documentation shall be delivered to Mr. Brandon Hayes.
INFORMATION APPROACH
The Program may or may not select or recommend any of the submitted information for use to develop a project plan. The Navy, as the DoW Executive Agent for the Program, is not required to provide feedback to responders.
NSWC-PCD utilizes the RFI process to help identify/develop potential programs and to determine if there is an industrial base to address Government needs. Upon receipt of RFI responses, NSWC-PCD reviews the submissions to determine the utility of the information and the merit of the proposed technical solution.
If an RFI response does identify a potential system that meets the criteria stated in the NSWC-PCD BAA and is appropriate, dialogue may ensue between NSWC-PCD and appropriate Government agencies to determine if a funding source can be established. If the preceding considerations are met, NSWC-PCD may pursue system procurement.
In the pursuit of a program, the Government may communicate with the initiator of the RFI response. A definitive timeframe cannot be determined because the process is contingent upon several different variables. If feedback is not provided for an RFI response within 45 days, it is likely that the Government is not pursuing the information/solution further.
DISCLAIMER
This is a Request for Information (RFI) only, as defined in FAR 10.002(b)(2)(iii), to obtain information about pricing, delivery, and other market information or capabilities for planning purposes. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Companies that respond will not be paid for the information submitted.
No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time.
All information received shall be safeguarded from unauthorized disclosure.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.