SOURCES SOUGHT
J -- DDG 1000 Class Ships Single Award Indefinite Delivery Indefinite Quantity (SA IDIQ) Contract
- Notice Date
- 9/30/2025 10:06:59 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N0002426R4400
- Response Due
- 10/15/2025 9:00:00 AM
- Archive Date
- 10/30/2025
- Point of Contact
- James Thomas, Phone: 2027817223, Brian Romano, Phone: 2027815282
- E-Mail Address
-
james.c.thomas118.civ@us.navy.mil, brian.c.romano.civ@us.navy.mil
(james.c.thomas118.civ@us.navy.mil, brian.c.romano.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a sources sought announcement in accordance with FAR 15.201 and DFARS 210.001 in anticipation of a potential future procurement program. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in providing planning and scheduling, ship repair, modernization, and inter-availability maintenance (continuous (CMAV) and emergent maintenance). This will include dry-docking (using a using a MIL-STD-1625D (SH) NAVSEA-certified drydock) and pier-side maintenance, material support, Alteration Installation Team (AIT)/ Original Equipment Manufacturer (OEM) coordination and facilities, as required to accomplish the required maintenance and modernization onboard the DDG 1000 class ships homeported in Pearl Harbor, Hawaii. This procurement would also include support for voyage repairs and other support in other CONUS and OCONUS locations. Due to the highly specialized nature of the DDG 1000 Class and the limited number of vessels in the fleet, a SA IDIQ is anticipated to be the most practical and efficient contracting method. It ensures the government maintains technical continuity, minimizes training and transition costs, and supports accelerated readiness timelines. Due to the technical complexity and stringent requirements of the DDG 1000 Class ships, awarding to a contractor with proven expertise ensures consistent technical proficiency, enables streamlined planning for labor and material across multiple task orders, and minimizes startup delays. This approach reduces risks associated with contractor unfamiliarity and supports alignment with this unique class�s long-term lifecycle support strategy. The Government seeks responses from any source interested in performing the aforementioned work beginning at contract award (anticipated in 4th Quarter FY 2026) and continuing for a period of performance up to 5 years, under a SA IDIQ contract. Non-docking availabilities will be at the Naval Station Pearl Harbor and docking availabilities will be at the Naval Station Pearl Harbor Dry Dock. Separate from this anticipated contract, a Planning Yard will manage a comprehensive process for work specification development and selected material procurement to support the CMAV and Emergent Work for DDG 1000 (ZUMWALT). Interested sources will be required to liaise with the Planning Yard. As part of its market research, the Government is also interested in determining all sources interested in competing for the SA IDIQ contract for the DDG 1000 class ships homeported in Hawaii including those potential sources that do not currently have a significant presence within the Pearl Harbor, Hawaii homeport area. This will be a Firm-Fixed-Price (FFP) contract under the cognizance of NAVSEA. The contract is anticipated to include: Repairing specialized DDG-1000 class high voltage (4160) systems and components Accomplishing DDG-1000 �off ship� PMS in accordance with approved Navy MIPS/MRCs Long term supplier relationships with critical DDG-1000 class OEMs including: GE, Rolls Royce, Johnson Controls, Bogue Systems, Leonardo DRS and Jared Industries Multiple tank preservation and repairs Full support for AIT integration, Contractor Furnished Material ordering and storage and Government Furnished Material (GFM) Composite material repairs Experience with Integrated Fight Through Power (IFTP) or similar complex electrical systems Facilities: Production Shops; Secured and controlled environmental facilities for combat systems and electronics; Warehouse/storage facilities to accommodate pre-positioning and long lead time material; Office space for Government and support teams; pier space for the ship during the maintenance periods and ability to provide �clean� 4160 shore power with the ability to minimize power surges in support of combat systems testing What/Where to Submit Interested companies should submit a letter of interest on company letterhead including: Company name, address, Unique Entity Identifier (UEI), and CAGE code Primary point of contact: name, email, and phone number Business size/status under NAICS 336611 (a small business must have 1,300 or fewer employees) A written response to the following: 1. Does your company hold or is it currently seeking a NAVSEA Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR)? If you are seeking an agreement, state when you submitted the application. 2. What specialized expertise does your company possess that would support DDG 1000 maintenance and modernization? Address the below specifically: Does your company have capability to perform work on composite material onboard Navy ships? Does your company have experience working on high voltage electrical equipment such as 4160V? Does your company have experience coordinating with system OEMs? 3. What is your corporate experience performing DDG 1000 (ZUMWALT) availabilities or comparable US Navy work within the past 3 years? This work experience should address emergent repairs, continue maintenance efforts, and availabilities larger than 90,000 mandays. Summarize. 4. Are you capable of ordering and storing material. This includes Contractor Furnished Material (CFM), long-lead time (LLTM) Government furnished Material (GFM), potentially classified storage. The contractor will be responsible for supporting and integrating in accordance with NSI 009-60 AIT production work within the production schedule. Describe the largest availability for which you have performed this material effort and in what location was that conducted. 5. Does your company plan to submit a proposal in response to the anticipated solicitation? If you intend to submit a proposal as part of a joint venture or teaming agreement, so state. 6. Does your company have or are you planning on obtaining any other commercial or Government ship repair commitments during this time frame that would require you to hire more employees in order to complete the availabilities on schedule? If so, identify those commitments. 7. Does your company have specialized expertise that demonstrates your ability to support the DDG 1000 class maintenance and modernization requirements? 8. Does your company have experience managing government furnished material and the ability to utilize the Navy supply system? This includes, but is not limited to: access to the NAVSUP WSS website, Defense Logistics Agency website, Haystack, LogiQuest, Ship Configuration Logistics Support Information System (SCLSIS) support, Configuration Data Management (CDM), Provisioned Items Ordering, ability to provide a storage facility/lay down areas and any environmental controls, material tracking in storage through a check-in and check-out system, history of material order expediting, OEM access for material procurement, and material transition to government custody. Responses are limited to ten (10) pages. Responses shall be emailed to: - Contract Specialist: James Thomas; james.c.thomas118.civ@us.navy.mil - Contracting Officer: Brian Romano; brian.c.romano.civ@us.navy.mil Use subject line: �FY 26 DDG 1000 Class SA IDIQ for Hawaii Sources Sought Response� When to Submit: Responses are requested no later than 12:00 PM (noon), Eastern Time, on 15 October 2025. Notice Regarding This Sources Sought This announcement is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP). Responses to this notice are not considered 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5b0be852934a4db4a38ca170366cee08/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07608969-F 20251002/250930230042 (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 |