Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is seeking sources for procurement and support services related to Welin Lambie davits on various Navy vessels. This Sources Sought notice invites contractors to provide capabilities for maintenance, repair, and logistics support, including on-site assessments and training. Interested parties should submit a detailed capabilities statement outlining their resources and experience.
INTRODUCTION
This is a Sources Sought announcement in accordance with FAR 15.201 in anticipation of a potential future procurement program. Naval Sea Systems Command (NAVSEA), Washington DC, is conducting market research and seeking information from potential sources able to procure, receive, store, and ship materials associated with the LUM 12A, FAO 10A, UDTD 3.2A, and PIV 3.6E davits manufactured by Welin Lambie onboard the U.S. Navy’s LHD, LCS-2 variant, CVN 78, and LSD Class vessels.
BACKGROUND
The NAVSEA Surface Warfare Directorate, SEA 21, is responsible for life-cycle management for all non-nuclear surface ship classes of the U.S. 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 the ships.
REQUIREMENT
NAVSEA is seeking contractors capable of completing expert services related to the procurement of material for the aforementioned Welin Lambie LUM 12A, FAO 10A, UDTD 3.2A, and PIV 3.6E davits on LHD, LCS-2 variant, CVN 78, and LSD Class ships. The scope associated with the Sources Sought notice includes, but is not limited to:
ACQUISITION STRATEGY
The Government is contemplating procuring this effort utilizing an Indefinite Delivery, Indefinite Quantity (IDIQ) type contract with an ordering period of one 12-month base year and four 12-month option years. However, the Government is seeking industry input for the best acquisition approach. Previous acquisition approaches have resulted in the work accomplished primarily through subcontracting and has led to inefficient lead times for completion of the work scope. Therefore, the desired acquisition strategy is one that will result in a prime contractor that can complete the work directly or with limited subcontracting.
CONTRACT TYPE
The government requests industry feedback regarding the most appropriate and preferred contract type for this requirement, including a brief but comprehensive rationale for the recommendation.
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, including the following:
The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and capacity statements shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practical.
Specifically, parties are requested to provide the following information (as applicable):
Point of Contact for Small Business Concerns: Janique Hudson, SEA 00K Deputy Director Office of Small Business Programs, janique.a.hudson.civ@us.navy.mil
SUBMISSION DETAILS:
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. A party’s submission shall be delivered electronically either via encrypted email to LCDR James Jurugo (data.j.jurugo.mil@us.navy.mil) and CDR Gregory Sceviour (gregory.p.sceviour.mil@us.navy.mil) or via drop on DOD SAFE.
The due date for submission is 17 March 2026 at 1400 EST.
DISCLAIMER:
This RFI is for Navy/information/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 the preparation of submission 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.
SYSTEM SUPPORT ON WELIN LAMBIE DAVITS ONBOARD LHD, LCS-2 VARIANT, CVN 78, AND LSD CLASS SHIPS 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.