Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Naval Sea Systems Command (NAVSEA) is seeking qualified contractors for lifecycle support of USS WASP (LHD 1) Class Amphibious Assault Ships, focusing on steam propulsion and auxiliary systems. This sources sought announcement aims to gather information for potential procurement, considering small business set-aside opportunities. Contractors must provide expert services, including inspection, overhaul, and repairs of various steam propulsion components, adhering to Navy maintenance standards. Interested parties should respond by the specified deadline.
INTRODUCTION
This is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement program. The Naval Sea Systems Command (NAVSEA), Washington DC, is conducting market research and seeking information from potential sources able to provide qualified technical services from original equipment manufacturers (OEM) or authorized providers for the inspection, overhaul, repairs and lifecycle support of USS WASP (LHD 1) Class Amphibious Assault Ships steam propulsion and auxiliary systems.
The results of this Sources Sought will be utilized to determine whether any Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Businesses concerns are reminded that in the performance of contracts awarded under small business set-aside procedures, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern or similarly situated entities.
BACKGROUND
The NAVSEA Surface Warfare Directorate, SEA 21, is responsible for life-cycle management for all non-nuclear surface ship classes of the US Navy including Surface Combatant Warfare Class Ships. In-service life cycle support of these ships comprises: integrated planning, programming, and execution of the maintenance and fleet modernization program, including the provision of all technical and logistics support required to maintain, modernize, and improve performance of these ships.
REQUIREMENT
NAVSEA is seeking contractors capable of completing expert services on steam propulsion plant and auxiliary equipment, including but are not limited to:
Expert services involve engineering and technical services required for inspection, testing, installation, and repairs of steam propulsion plant and auxiliary equipment for amphibious Class ships. Minimum requirements for these services are as follows:
This contract is expected to require a highly capable contractor with capacity to provide expert services for multiple concurrent projects distributed across multiple amphibious ships and homeports. The places of performance are expected to primarily be in each vessel’s respective homeport in San Diego, CA, and Norfolk, VA. The places of performance may include other locations in the United States if work is required to be completed during a CNO Availability awarded to a shipyard outside the vessel’s homeport, or work is required to be completed overseas at worldwide locations in the case of voyage repairs.
ACQUISITION STRATEGY
The Government is contemplating procuring these efforts utilizing a single Cost-Plus Fixed Fee (CPFF) Level of Effort (LOE) type contract, with a contract duration of one 12-month base year and two 12-month option years. However, the Government is seeking industry input for the best acquisition approach.
CAPABILITIES AND CAPACITY STATEMENT
Interested parties shall submit a comprehensive Capabilities and Capacity statement that describes the firm’s capabilities and capacity to meet the Government’s requirements description provided in Enclosure (1). Note: Enclosure (1) will be provided upon request to authorized U.S. DoD contractors.
This statement should include the following:
The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and Capacity state,emt shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practicable. For instance, a notification of intent to partner with numerous firms to acquire appropriate resources should be supported with formal agreements and/or letters of intent as well as a provision of projects where the parties have successfully teamed together in the past.
Specifically, parties are requested to provide the following information (as applicable):
A PARTY’S SUBMISSION SHALL NOT EXCEED MORE THAN 20 DOC (MS Word) OR PDF PAGES IN LENGTH AND BE NO LARGER THAN 7.5GB.
Parties are responsible for adequately marking proprietary and/or competition sensitive information that is contained within their submission.
Before the Navy will consider providing a party with a copy of “Enclosure (1),” which is marked as Export Controlled Data, a party shall email NAVSEA contract specialist, Kevin Becker, at kevin.r.becker2.civ@us.navy.mil and NAVSEA contracting officer, Kathryn Corvello, at kathryn.f.corvello.civ@us.navy.mil and therein provide the company’s name and company’s CAGE Code. Upon the Navy’s receipt of the party’s information, the Navy will perform a vetting of the company for operational security purposes and determine, at its own discretion, if it will or will not release Enclosure (1) to the party. If the Navy chooses to release Enclosure (1), the Navy will coordinate via email with the party and provide the party with Enclosure (1) via an electronic drop on DOD SAFE.
A party’s submission shall be delivered electronically either via encrypted email to Kevin Becker and Kathryn Corvello or via drop on DOD SAFE. If a party chooses the drop on DOD SAFE option, the party shall coordinate the “drop” with Kevin Becker and Kathryn Corvello, whereby one of them will provide a DOD SAFE link for the drop.
The due date for submission is 16 JUNE 2025 from submission at 1500 EST.
Disclaimer:
This RFI is for Navy informational/planning purposes only. This announcement is not a request for proposal; it does not constitute any form of solicitation and shall not be construed as a commitment by the Navy. A party submission is not an offer nor proposal and the Navy is under no obligation to make any form of award as a result of this announcement. No funds will be provided by the Navy to pay for preparation of submissions in response to this announcement. All responses to this RFI are strictly voluntary.
All submitted materials will be designated for Government Use Only. Third party support contractors providing support to NAVSEA Surface Warfare Directorate, SEA 21, will have access to the submitted material. These contractors have executed non-disclosure agreements with SEA 21. Submission of material requested in this sources sought announcement shall constitute consent to allow access to the material/information by any relevant third-party support contractor supporting SEA 21. Submitted material/information will be safeguarded in accordance with the applicable Government regulations.
LIFECYCLE SUPPORT OF USS WASP (LHD 1) CLASS AMPHIBIOUS ASSAULT SHIPS STEAM PROPULSION AND AUXILIARY SYSTEMS is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.