SOURCES SOUGHT
99 -- RFI: Dry Combat Submersible In-Service Engineering
- Notice Date
- 4/24/2025 5:19:17 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_FY25
- Response Due
- 5/9/2025 11:00:00 AM
- Archive Date
- 05/09/2025
- Point of Contact
- Joshua Myers, Phone: 813-939-2825, Fax: N/A, Matthew Kime, Phone: 813-826-3228, Fax: N/A
- E-Mail Address
-
joshua.t.myers.civ@socom.mil, matthew.j.kime.ctr@socom.mil
(joshua.t.myers.civ@socom.mil, matthew.j.kime.ctr@socom.mil)
- Description
- Dry Combat Submersible (DCS) SOLICITATION NUMBER: USSOCOM RFI 2025 DCS In-Service Engineering Procurement Type: Sources Sought Title: Dry Combat Submersible In-Service Engineering Classification Code: C - ARCHITECT/ENGINEER SERVICES NAICS Code: 541330 - Engineering Services OVERVIEW: This is a Sources Sought Request of 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 information and planning purposes only IAW DFARS PGI 206.302-1(d). This Sources Sought 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 a follow-on contract to USSOCOM IDIQ H92222-16-C-0096 with Lockheed Martin (LM) Corporation, Rotary and Mission Systems (RMS), 100 E 17th St, Riviera Beach, FL for the continued procurement of DCS engineering upgrades and technical reach-back 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 engineering change proposals. Future capabilities currently underway include Mid-Water Column LI/LO with anchors, Submerged Towing, and hull upgrades to add increased capability and decrease weight. This contract will be executed under the authority of Federal Acquisition Regulation (FAR) 6.302-1, only one source can satisfy the agency's requirements. This determination is because LM Corporation, RMS is the original prime contractor for DCS production and integration. Again, this contract will be a follow-on contract to USSOCOM IDIQ H92222-16-C-0096 which is currently set to expire in June 2025. All the products to be included in this follow-on contract are either continuation 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 contract for five one-year ordering periods with a maximum ceiling value not yet determined. Per FAR 5.207(c)(16)(ii), all responsible sources may submit additional capability statements that will be considered by the agency. Any party responding to this notice shall send clear, factual documentation demonstrating their ability to execute these requirements. NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials. 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 must also demonstrate the ability to provide alternate capabilities that not only meets all the key capabilities of the LM RMS 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 five (5) 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, 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 at Joshua.t.myers.civ@socom.mil and no later than 9 May 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), if you choose to submit proprietary information, mark it according to your company specifications.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3df16feb23bb41b2a0d8110efdbba664/view)
- Place of Performance
- Address: Tampa, FL 33621, USA
- Zip Code: 33621
- Country: USA
- Zip Code: 33621
- Record
- SN07421404-F 20250426/250424230055 (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 |