Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2025 SAM #8732
SOURCES SOUGHT

R -- LITTORAL COMBAT SYSTEMS (LCS) IN-SERVICE ENGINEERING & LIFE CYCLE SUPPORT

Notice Date
10/21/2025 11:42:45 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339426R0TBD
 
Response Due
11/5/2025 4:00:00 PM
 
Archive Date
11/20/2025
 
Point of Contact
Timothy Lawrence, Wesley Whisner
 
E-Mail Address
timothy.m.lawrence18.civ@us.navy.mil, wesley.m.whisner.civ@us.navy.mil
(timothy.m.lawrence18.civ@us.navy.mil, wesley.m.whisner.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Sources Sought This is a Request for Information (RFI) as defined in FAR 15.201(e). Naval Surface Warfare Center (NSWC), Port Hueneme Division (PHD) is conducting market research to identify qualified and responsible sources that may be interested in a potential future procurement regarding the Design Agent of the Independence (INDY) variant Littoral Combat Ship (LCS). The INDY variant combat system consists of Integrated Combat Management System (ICMS), its interfaces, Command, Control, Communications, Computers, Combat Systems and Intelligence (C5I) elements, software applications, and the networking environment. The interested sources must provide overall in-service engineering and life cycle support for C5I systems critical engineering; design; integration; test and evaluation; software development, testing, and load; system upgrade/replacement planning onboard and at sites; logistics product development and distribution; configuration management of the systems and logistics products; as well as training systems. These activities will be executed in support of the shipboard LCS C5I equipment, components, software, training and support equipment developed by or for the Program Executive Office Unmanned and Small Combatants Program Office. Responses to this sources sought will be utilized to determine if there are multiple sources capable of performing this requirement. Responses to this sources sought will further be utilized to determine if Small Business set-aside opportunities exist. All Small Business set-aside categories will be considered under North American Industry Classification System (NAICS) Code 541330. 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), HUB Zone, 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 Attachment 1, statement of work (SOW): (a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the SOW; (b) The contractor's 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 personnel with its own employees. (c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the 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. 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. (d) The contractor�s ability to obtain a Secret Clearance for personnel. Demonstration of the ability to manage, technical ability, and capacity may include describing the same or similar relevant performance; however, this does not limit the interested parties' approach to demonstrate their capability. In addition to addressing the items listed above, respondents are encouraged to provide feedback and questions regarding the feasibility or challenges of performing the work described. The information contained herein is based on information available at the time of publication, is subject to revision, and is not binding upon the Government. Please submit responses or questions regarding this requirement via email to the Contract Specialist at timothy.m.lawrence18.civ@us.navy.mil with a copy to the Contracting Officer at wesley.m.whisner.civ@us.navy.mil by 4:00 p.m. Pacific Time on November 5, 2025. The Government will not compensate any respondents of this sources sought for any information received or any costs incurred in preparing information for, participating in meetings with, or engaging in discussions with the Government. 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. This sources sought is issued for informational and planning purposes only and does not constitute an Invitation for Bids, a Request for Quotations, or a Request for Proposals, and should not be construed as a commitment by the Government to issue a formal solicitation or award a 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. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this sources sought will become the property of the United States Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e77552212b2a4fe0a149a0da863ffb63/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN07624675-F 20251023/251021230046 (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.