Description
In accordance with FAR 5.203(a), this announcement constitutes a Formal Synopsis for the Procurement for Vertical Launching System (VLS) Launch Sequencer (LSEQ) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) program located at Naval Surface Warfare Center, Port Hueneme. As a result of the Sources Sought Notice for LSEQ published on November 18, 2025, the anticipated requirement will be solicited as a full and open competition. The primary North American Industry Classification System (NAICS) code for this procurement is 334519 with a Size Standard of 500 employees. This announcement also publishes a Draft Request for Proposal (RFP). All documents posted with this notice are in draft status and are subject to change. THIS IS A DRAFT REQUEST FOR PROPOSAL (RFP). THE GOVERNMENT IS NOT CURRENTLY SOLICITING PROPOSALS. PARTICIPATION IS VOLUNTARY AND NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION TO THE GOVERNMENT. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This draft RFP calls for the fabrication, assembly, test, and delivery of VLS LSEQ MK 6 Mod 1 NAVSEA part number (p/n) P/N 8652144-19 and associated Lowest Replaceable Units (LRU) for MK 41 VLS. LSEQ plays a critical role in managing and controlling the sequence of events required to safely and successfully launch a missile. Contract Details: NSWC PHD anticipates two or more IDIQ contracts IDIQ contracts awarded under FAR 15 with Firm Fixed Prices (FFP). The RFI response due date is 14 April 2026. Interested parties shall address the following in their RFI submission: 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 including the contractor's 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.…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (2)