Active Solicitation · DEPT OF DEFENSE

    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND SOURCES SOUGHT FOR FMS VERTICAL DEPLOYMENT TUBE (VDT) TECHNICAL AND TOOLING PACKAGE

    Sol. N0025326R9001PresolicitationKEYPORT, WA
    Open · 4d remaining
    DAYS TO CLOSE
    4
    closes Apr 27, 2026
    POSTED
    Apr 20, 2026
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    1045
    Product & service classification

    AI Summary

    The Naval Undersea Warfare Center seeks responses for a sole-source contract to develop a technical and tooling package for VDT components. Interested parties must demonstrate capability in manufacturing and access to proprietary design data. Responses are due by April 27, 2026, and must include detailed evidence of meeting specific requirements outlined in the notice.

    Contract details

    Solicitation No.
    N0025326R9001
    Notice Type
    Presolicitation
    Posted Date
    April 20, 2026
    Response Deadline
    April 27, 2026
    NAICS Code
    336611AI guide
    PSC / Class Code
    1045
    Primary Contact
    Shelby Hallman
    State
    WA
    ZIP Code
    98345-7610
    AI Product/Service
    both

    Description

    The Naval Undersea Warfare Center (NUWC) Division Keyport intends to award a firm-fixed-price/cost-plus-fixed-fee, sole-source contract to General Dynamics Electric Boat (GDEB) under the authority of 10 U.S.C. 3204(a)(1) as implemented by FAR 6.302-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” This notice is published for market research purposes to determine if any other sources can satisfy the agency's needs.

    The Government's minimum needs are for the supplies necessary to prepare for the future manufacturing of VDT components. The required supplies consist of a comprehensive technical and tooling package based on the U.S. VIRGINIA Class program. The contractor shall develop all necessary tooling (fixtures, NDT calibration standards, dies, etc.) and deliver procurement-ready drawings for said tooling. The final supply package shall include a comprehensive list of the tooling with its life expectancy, a detailed cost and schedule for its production, and expected maintenance costs. Additionally, the contractor shall provide preliminary production documents including a manufacturing process plan, and test location and supplied size drawings for each unit. Finally, the contractor shall deliver a documented plan for testing of the units and a comprehensive production schedule for initial production.

    The basis for restricting competition is to utilize existing design and manufacturing process capabilities and expertise to reduce the need for prototyping units and associated qualification testing and accelerate the timeline for overall VDT component production by leveraging an existing vendor with a Production Readiness Level of 9. This established industrial relationship has resulted in a fully integrated team that is ready to execute this effort without unacceptable delays and substantial duplication of cost.

    In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. 

    All interested parties must submit a response demonstrating their capability to meet these requirements. To be considered, a response must provide clear and convincing evidence of the contractor's ability to satisfy all the following requirements:

    1. Possess immediate, authorized access to the U.S. VIRGINIA Class submarine VPM proprietary design data, tooling manufacturing processes, and testing standards required to adapt this technology for applicable FMS Customer requirements.
    2. Demonstrate an existing, validated Production Readiness Level (PRL) of 9 for manufacturing large-scale, HY-80 submarine hull-integrated components.
    3. Guarantee the ability to meet an accelerated timeline of contract award by October 2026 and initial production unit delivery within 12 months thereafter, without requiring a multi-year development and qualification period that would result in substantial duplication of cost and unacceptable delays to the Government.

    A response that fails to provide a detailed and substantiated explanation for all three of these points will be considered non-responsive.

    Responses should include availability, budgetary cost estimate, and lead time of the solution and any other relevant information deemed necessary to expedite the decision-making process as well as company and product literature, a white paper no longer than 5 pages addressing the requirements above and shall identify other Government contracts with similar efforts for the Government(s) consideration.

    Responses to the Market Survey shall include the following:

    Submitter's Name

    Submitter’s CAGE/UEI
    Street Address, City, State, Zip Code
    Business Size
    Point of Contact (POC)
    POC Telephone
    Announcement Number

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

    This RFI/sources sought 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. The U.S. 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.

    Information may be submitted to the Point of Contact any time prior to the expiration of this announcement. The Point of Contacts for this effort are Shelby Hallman, e-mail: shelby.n.hallman.civ@us.navy.mil, phone: (360) 315-0681 and Kimberly Hammit, e-mail: kimberly.s.hammit.civ@us.navy.mil, phone: (360) 315-3868. The mailing address is: Naval Undersea Warfare Center, Keyport Division, Attention:  Shelby Hallman, Code 0252, Bldg 206L, 610 Dowell Street, Keyport, WA 98346-7610. Reference N0025326R9001 in the subject line of e-mails.

    Submissions in response to this RFI shall be submitted to the NUWC Keyport Contracting POCs by 13:00 Pacific Time 27 April 2026. Responses received after 27 April 2026 may not be considered in the Government’s research.

    All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the Government’s requirements is appreciated.

    Reference number N0025326R9001 in all correspondence and communication.

    Key dates

    1. April 20, 2026Posted Date
    2. April 27, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND SOURCES SOUGHT FOR FMS VERTICAL DEPLOYMENT TUBE (VDT) TECHNICAL AND TOOLING PACKAGE 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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.