Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2025 SAM #8629
SOURCES SOUGHT

99 -- RFI: Dry Combat Submersible In-Service Engineering

Notice Date
7/10/2025 8:44:19 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
ATL_KW_25_V2
 
Response Due
7/21/2025 11:00:00 AM
 
Archive Date
08/05/2025
 
Point of Contact
Joshua Myers, Chase Watkins
 
E-Mail Address
joshua.t.myers.civ@socom.mil, chase.b.watkins.civ@socom.mil
(joshua.t.myers.civ@socom.mil, chase.b.watkins.civ@socom.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
OVERVIEW: This is a Request for Information (RFI) notice issued by The United States Special Operations Command (USSOCOM) on behalf of the Program Executive Office Maritime (PEO-M); Program Manager Undersea Systems (PM-US) for market research and planning purposes IAW FAR 10.001(a)(2)(ii). This RFI 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, and it shall not be construed as any commitment by the Government to execute this requirement. United States Special Operations Command (USSOCOM) has a need for in-service engineering in support of the DCS systems to include system modernization and technical support. The DCS is USSOCOM�s current solution for a surface-launched, dry, diver lock-in/lock-out (LI/LO) vessel capable of inserting and extracting Special Operations Forces (SOF) and/or payable loads into denied areas. DCS has obtained Full Operational Capability (FOC) with the fielding of three hulls, and currently has outstanding conditions on the DCS Conditional Fielding & Deployment Release (CF&DR), based on approved user requirements, which the DCS Program Management Office (PMO) is working to fulfill through in service engineering support. Having reached FOC, USSOCOM now has a need for new contract to support modernization of the system to meet updated NSW requirements; to include but not limited to program management support, reach-back support, additional field support, sustainment support, and modernization/related developmental efforts. This contract will be executed in accordance with FAR part 15 requirements and will support the DCS systems produced under USSOCOM IDIQ H92222-16-C-0096 which is currently set to expire in July 2026. All the products to be included in this new effort are continuations of design, development, and integration efforts that USSOCOM has previously invested in the testing, integrating, certifying and ultimately fielding under this current contract. All future technology enhancements to DCS will be designed and manufactured to meet International Association of Classification Societies (IACS) classification requirements. The Government contemplates award of a single/multiple award contract for five years with a maximum ceiling value not yet determined. The government is requesting all responsible sources, submit a capability statement as an interested party illustrating how the requirements stated above will be met, which shall be reviewed by the agency. NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials according to your company specifications. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. NOTE: Capability statements may also demonstrate the ability to provide alternate capabilities that not only meet all of the key capabilities listed above and possesses the required level of technical expertise, but also offers increased capabilities that outweigh the substantial duplication of cost to the Government and significant delays in fulfilling our mission requirements that would be associated with introducing alternate capabilities at this time on a competitive basis. Submission Instructions: Submission package is limited to ten (10) pages. Format: Responses should be formatted to print out legibly as follows: A) paper size 8.5 x 11-inch paper; B) margins 1�; C) spacing � Single; D) Font � Times New Roman, 12 Pt; and E) Microsoft 2010 or later and/or PDF format. Cover page should include company name, mailing address, physical address if different from mailing address, business size standard in accordance with Small Business Administration (SBA) standards, CAGE code, UEI Code, and company point of contact information. Do not include company marketing material, corporate profiles, personnel resumes or duplicate material from a corporate website. Response shall be submitted via email only to Mr. Josh Myers, Mr. Chase Watkins, & Ms. Ashley Green at Joshua.t.myers.civ@socom.mil, Chase.b.watkins.civ@socom.mil, & ashley.s.green.ctr@socom.mil no later than 21 July 2025, 1400, EST. Notice of Intent to Utilize Government Support Contractors: Respondents attention is directed to the fact that contractor personnel may provide advice and support reviewing responses. When appropriate, contractor personnel may have access to response packages and may be utilized to objectively review information and provide comments and recommendations to the Government. They may not make decisions or establish final assessments. All advisors shall comply with Procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Responses to the RFI constitutes approval to release the submittals to Government Support Contractors. This is a Request for Information only and may or may not result in the issuance of a Request for Proposals (RFP). Place of Performance: TBD
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f4875a2a70ec47efa7c158a943fe741b/view)
 
Place of Performance
Address: Tampa, FL 33621, USA
Zip Code: 33621
Country: USA
 
Record
SN07505990-F 20250712/250710230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.