REQUEST FOR INFORMATION (RFI) – PROCUREMENT OF THE MANUFACTURE, TESTING, AND DELIVERY OF THE AN/SPS-49 ROLL RING ASSEMBLY
Special Notice from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 02, 2026. Industry: NAICS 334419 • PSC 5840.
Market snapshot
Awarded-market signal for NAICS 334419 (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 334419
Description
In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.103-170(d), the Government is issuing this RFI announcement as part of its market research. This RFI announcement is intended to determine the availability and technical capability of businesses to provide the required supplies.
The Naval Surface Warfare Center, Crane Division (NSWC Crane) is seeking information for market research purposes for the procurement of the manufacture, testing, and delivery of the AN/SPS-49 Roll Ring Assembly, Part Number 82007601. AN/SPS-49 Roll Ring Assembly is utilized in the AN/SPS-49 Antenna and Pedestal system. All AN/SPS-49 Roll Ring Assembly manufactured, tested, and delivered shall meet the requirements of the below Drawings, which are available as controlled attachments to this notice:
- Drawing 82007601 REV - ASSY, TOLL RING, 41 CH
- Drawing 81006101 REV - ROLL-RING ASSEMBLY, SPECIFICATION FOR (AN/SPS-49)
NSWC Crane intends to solicit and award a contract on a sole source basis to Diamond-Roltran, LLC 59 Porter Rd., Littleton, MA 01460-1433. This procurement will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 3204 (a)(1) as implemented by FAR 6.103-1, only one responsible source and no other supply or services will satisfy agency requirements.
The basis for restricting competition is that as the Original Equipment Manufacturer (OEM), Diamond-Roltran, LLC is the only source capable due to its ownership of the propriety data, technology, and manufacturing processes of the Roll Ring Assembly to meet agency needs. The qualification of another source would be twenty-four (24) months of prototyping, testing, and production. Thus, duplicating costs to qualify another technology at both the contractor and Government sites. Based on the above herein, award to any other source would result in substantial duplication of costs to the Government that is not expected to be recovered through competition and there is risk of unacceptable delays in fulfilling the agency’s requirements.
The Government is seeking information from Contractors mitigating the sole-source basis cited above. All responsible sources may submit a capability statement which will 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.
This requirement is a follow-on procurement to Contract No. N0016421DWP73, currently being fulfilled by Diamond-Roltran, LLC.
Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. 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. Information about the JCP is at https://www.dla.mil/logistics-operations/services/joint-certification-program/.
RESPONSES:
Written responses shall be submitted via e-mail to the points of contact listed below by the closing date.
RESPONSES TO THE RFI SHALL INCLUDE THE FOLLOWING:
Submitter's Name
Street Address, City, State, nine (9) digit Zip Code
Point of Contact (POC)
POC Telephone and Email Address
CAGE Code
DUNS Number
Announcement Number: N0016426SNB40
This RFI is the initiation of market research under FAR Part 10. This announcement does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract.
Responses to this notice cannot be accepted as offers. The United States Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Nothing in this announcement constitutes an obligation on the part of the United States Government, nor is the Government tasking any Offeror to develop any technologies described herein.
All interested parties should provide the requested information regarding this announcement no later than 4:00 P.M. Eastern Time on or before the closing date as specified at the beginning of this announcement. Responses may be submitted any time prior to expiration of this announcement. Responses received after 4:00 P.M. Eastern Time on the closing date may not be considered in the Government's analyses.
All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated.
All changes that occur prior to the closing date will be posted to the SAM website https://www.sam.gov.
Please reference Announcement Number N0016426SNB40 in all correspondence.
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.