Description
The Naval Sea Systems Command is issuing this Sources Sought Synopsis as a means of conducting market research to identify parties having an interest, capabilities, and resources to support the requirements for a Guided Missile Destroyer (DDG) CNO availability for modernization and maintenance for DDG 1001 (USS MICHAEL MONSOOR). The Government is seeking responses from sources that can perform dry-docking and pier-side maintenance, repair, and significant modernization alterations and installation of complex integrated warfare systems to include, but not limited to: Execution of a CNO availability, primarily to add the Conventional Prompt Strike (CPS) capability in DDG 1001. Adding this capability requires reclaiming of the forward spaces by removing the Advanced Gun System (AGS) and constructing/installing the Large Missile Vertical Launch System (LMVLS) in the reclaimed space. Crane capacity that can support (request interested parties specify the crane requirements they can support): Installation of a LMVLS unit into the dry dock or at the pier and / or 2. Onload/offloads of an Advanced Payload Module (APM) and a Ballast Cannister into the dry dock Significant Work items included: Removal of AGS mount CPS Installation Relocation of main engine intakes Propulsion Seawater (PSW) Modification (Seachest and Autovent) Total Ship Computing Environment (TSCE) Tech Refresh The Government has provided an outline of some of the work anticipated to be completed under the expected CNO availability as an enclosure to this sources sought document (see Enclosure (1)). This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The Government is seeking sources capable of performing all the scope of work described herein and within Enclosure (1) and Enclosure (2). Interested parties should identify their capabilities to fulfill the requirements, either in full or in part, and provide details on how they would address specific aspects of the scope. Additionally, the Government anticipates executing the effort through phased MP increments (total of four (4)), ranging from five (5) to eight (8) months beginning in approximately mid-FY27 through mid-FY31. The Government welcomes feedback from potential offerors regarding the proposed phased approach, including the structure, sequencing, practicality of this duration and whether alternative timelines would better support effective execution of the work. Industry input on potential risks, efficiencies, or alternative approaches that may improve execution of the increments is encouraged. An Industry Day regarding this effort may be announced via SAM.gov at a later date. Attendance of this Industry Day shall not be considered as an official response in lieu of response to this Notice. When responding, please also provide the follow…
Classification
Contracting Office
Contacts
Attachments (1)