Closed Solicitation · DEPT OF DEFENSE

    Vertical Launching System (VLS) Launch Sequencer (LSEQ)

    Sol. N6339425R40003Sources SoughtPORT HUENEME, CA
    Closed
    STATUS
    Closed
    closed Dec 8, 2025
    POSTED
    Nov 18, 2025
    Publication date
    NAICS CODE
    334519
    Primary industry classification
    PSC CODE
    5999
    Product & service classification

    AI Summary

    The Naval Surface Warfare Center is seeking information from qualified sources for the manufacture and delivery of various components related to the Vertical Launching System. This Request for Information (RFI) aims to gather capabilities and insights for potential future procurement. Interested parties should submit their capability statements and any questions by the specified deadline.

    Contract details

    Solicitation No.
    N6339425R40003
    Notice Type
    Sources Sought
    Posted Date
    November 18, 2025
    Response Deadline
    December 8, 2025
    NAICS Code
    334519AI guide
    PSC / Class Code
    5999
    Contract Code
    1700
    Issuing Office
    COMMANDING OFFICER
    Primary Contact
    Michael Torres
    State
    CA
    ZIP Code
    93043-5007
    AI Product/Service
    both

    Description

    This is a Request for Information (RFI) as defined in FAR 15.201 (e). Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is conducting market research to identify qualified and responsible sources that may be interested in a potential future procurement for the manufacture, assembly, test, final acceptance and delivery of Vertical Launching System (VLS) Launch Sequencer (LSEQ); Maintenance Assistance Module (MAM) kit; Onboard Repair Part (OBRP) kit; Installation and Checkout (INCO) spares kit; Depot spares kit; and Lowest Replaceable Unit (LRU) kit; Ethernet Switch Modules; Missile Electronics Box (MEB); Hazard Electronics box (HEB); Power Module tray, Module Assembly Relay; Single-Mode Fiber Optic Cable Assembly (W2); Single-Mode Fiber Optic Cable Assembly (W3). This RFI is issued for informational and planning purposes only and does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP). This RFI is not to be construed as a commitment by the Government to issue a solicitation, award, or contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Responses to this RFI may be used to determine Small Business set-aside opportunities. All Small Business set-aside categories will be considered under North American Industry Classification System (NAICS) Code 334519 Other Measuring and Controlling Device Manufacturing. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50% of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the concern. Interested parties shall address the following in their RFI submissions: 1. COMPANY INFORMATION (a) Company name, address, Data Universal Number System (DUNS) number, and Commercial and Government Entity (CAGE) code. (b) Company designated representative name(s) and point(s) of contact, including phone number and email address. (c) Company size status under the applicable NAICS (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.). 2. CAPABILITY STATEMENT Interested parties shall submit a Capability Statement that succinctly addresses the following items to demonstrate the contractor's capability to perform the requirements of the attached draft Statement of Work (SOW): (a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the draft SOW; (b) The contractor's technical ability, or potential approach to achieving technical ability, to perform the requirement. For Small Business set-aside determination purposes, also include the contractor's technical ability to perform, or potential approach to achieving technical ability to perform, at least 50% of the cost of the contract incurred for manufacturing the supplies, not including the cost of materials; and (c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the draft SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. (d) The contractor’s certification, or potential approach to achieving certification, for International Organization for Standardization (ISO) 2001:2015, 2008 or AS9100D. Demonstrated ability to manage, technical ability, and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability. 3. FEEDBACK/QUESTIONS Feedback and questions regarding the feasibility or challenges to perform the work described RFI responses are limited to no more than 20 pages (8.5 X 11 inch) and 10-point Times New Roman font. Please email responses or questions regarding this requirement to the Contract Specialist, Michael Torres (michael.l.torres2.civ@us.navy.mil) with copy to the Contracting Officer, Nayneet Kaur (nayneet.kaur.civ@us.navy.mil) and Mariluz Chan-Endres (mariluz.l.chan-endres.civ@us.navy.mil). NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the RFI. Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider.

    Key dates

    1. November 18, 2025Posted Date
    2. December 8, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    Vertical Launching System (VLS) Launch Sequencer (LSEQ) 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.