Skip to content
Department of Defense

SOLE SOURCE – AN/ALQ-240, AN/ALQ-218, & ALQ-99 Power Supply Repair

Solicitation: N0016422RWS64
Notice ID: cd120b0cc0824945927800fd046d6566
TypePresolicitationNAICS 811210PSCJ059DepartmentDepartment of DefenseAgencyDept Of The NavyStateINPostedFeb 25, 2026, 12:00 AM UTCDueMar 12, 2026, 06:00 PM UTCCloses in 15 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: IN. Response deadline: Mar 12, 2026. Industry: NAICS 811210 • PSC J059.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N0016422RWS64. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$199,927,289
Sector total $251,709,955 • Share 79.4%
Live
Median
$89,797
P10–P90
$15,193$652,365
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
79.4%
share
Momentum (last 3 vs prior 3 buckets)
+32171%($198,692,058)
Deal sizing
$89,797 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 →

Description

Amendment 0001:

This synopsis amendment announces the Government’s intent to increase the contract ceiling for the existing requirement with Crane Electronics to ensure continued performance to meet mission requirements. The Government intends to issue a modification to complete the following actions:

1. Increase the contract ceiling from $645,000 to $892,453

2. Correct the Government Point of Contact (POC) to Devin Wilson, Code 0233, Building 3373, 300 Hwy 361, Crane, IN 47522-5001, e-mail devin.m.wilson15.civ@us.navy.mil.

Crane Electronics is the Original Equipment Manufacturer of the AN/ALQ-240 Weapon Replaceable Assembly 1 (WRA-1), ALQ-218 WRA-9, the ALQ-99 Universal Exciter Upgrade Power Supply 1 (UEU PS1).

No changes to the period of performance are contemplated under this amendment.

N0016422RWS64 – SOLE SOURCE – AN/ALQ-240, AN/ALQ-218, & ALQ-99 Power Supply Repair – J059 – NAICS 811210

Issue Date: 6 April 2022 – Closing Date: 6 May 2022 – 16:00 Eastern

Naval Surface Warfare Center (NSWC) Crane has a requirement for test, teardown & evaluation

(TT&E) and repair of various power supplies produced by Crane Electronics, the Original Equipment Manufacturer, in order to support the Organic Depot on repairs that are above and beyond the Organic Depot’s capability. The power supplies subject to TT&E and Repair are the AN/ALQ-240 Weapon Replaceable Assembly 1 (WRA-1), ALQ-218 WRA-9, the ALQ-99 Universal Exciter Upgrade Power Supply 1 (UEU PS1), select Shop Replaceable Assemblies associated with these power supplies, as well as future variant/derivatives of these items.

The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Crane Electronics, Inc. 84 Hill Ave NW; Fort Walton Beach, FL 32548, under the authority of FAR 6.302-1(a)(2)(ii). This is being sole sourced because award to any other contractor would result in substantial duplication of cost that is not expected to be recovered through competition and unacceptable delays in fulfilling the above requirements. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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. 

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 1866-606-8220 or via the internet at https://www.sam.gov.

Contract Opportunities on https://sam.gov/ has officially replaced FBO.gov

All changes that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov/. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award.  

Questions or inquiries should be directed to Jerry Bean, Code 0242, telephone 812-854-6823, e-mail jerry.c.bean2.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.