SOURCES SOUGHT
19 -- Nuclear Regional Maintenance Department (NRMD)
- Notice Date
- 3/2/2026 5:52:33 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
- N0002426R4321
- Response Due
- 3/16/2026 2:00:00 PM
- Archive Date
- 03/31/2026
- Point of Contact
- Angel Jaeger, Trenten VanderKamp
- E-Mail Address
-
angel.jaeger.civ@us.navy.mil, trenten.d.vanderkamp.civ@us.navy.mil
(angel.jaeger.civ@us.navy.mil, trenten.d.vanderkamp.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Introduction: This is a sources sought announcement in accordance with FAR 15.201. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in providing skilled craftsmen and incidental material to support operations of Nuclear Regional Maintenance Department (NRMD) at the submarine base in New London, CT (NLON) to assist in the return of mission ready submarines to the Fleet. NAVSEA is interested in determining small business capability. The Government is seeking responses from sources that can provide NRMD support by 3Q 2027. Instructions to interested parties: Interested companies should submit, on company letterhead, a notice of interest including the company name, Commercial and Government Entity (CAGE) code, mailing address, place of performance, and an appropriate point of contact information. Responses must also identify if the company is a large or small business. All information in response shall be unclassified. The response format shall be white papers sent as data files via email. White papers shall be limited to twelve pages with two additional pages for technical drawings. Email Response Instructions: Email Subject: NRMD Sources Sought Response_COMPANY NAME Work Requirements: The Government requirement entails nuclear related maintenance, modernization, and repair requirements on operational nuclear powered submarines. The effort will require project management, technical analysis, engineering and planning, training , inspection and nuclear services to accomplish intermediate-level nuclear submarine maintenance, modernization, and repairs in support of modernizing Government-owned facilities and equipment and providing off-hull support of submarine maintenance. The Contractor shall accomplish naval nuclear work tasks using approved processes, technical work documents, and equipment. The scope of this work includes overhaul, maintenance, repair and modification upgrades and/or ancillary services uniquely manufactured by General Dynamics Electric Boat (GDEB) in support of maintaining nuclear powered submarines. Work will primarily be performed at the submarine base in New London, CT but may require occasional efforts at the contractor�s facility. The Contractor shall have a facility/shipyard in close proximity to subase NLON. The dynamics of submarine force operations require an NRMD contractor capable of meeting workload surges and shifting skill requirements on a daily basis. This effort requires an NRMD contractor to be a nuclear qualified shipyard and to maintain a staff in close proximity to subase NLON, capable of meeting the NRMD requirements. White papers should address the submitter�s technical experience and the technical approach of fulfilling all requirements listed above. Disclaimer: This is a Sources Sought/ Request for Information (RFI) notice only. This request is for informational planning purposes and is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This request does not commit the Government to contract for any supplies or services. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this request are solely at the responding parties� expense. It is desirable that data be received with unlimited rights to the Government. Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Respondents are solely responsible for properly marking and clearly identifying any 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. Proprietary information received in response to this notice will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this notice. Responses to this notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. Contact Information Contracting Office Address 1333 Isaac Hull Ave SE Washington Navy Yard, DC 20376-5000 USA
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/80600167aee043a5b7feb36db9bd566b/view)
- Place of Performance
- Address: Groton, CT 06340, USA
- Zip Code: 06340
- Country: USA
- Zip Code: 06340
- Record
- SN07731749-F 20260304/260302230043 (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 |