MODIFICATION
58 -- LWLCCA HULL ARRAY PIO Spare, Engineering Support, ODC value increase
- Notice Date
- 9/18/2025 10:48:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-25-R-6125
- Response Due
- 10/3/2025 1:00:00 PM
- Archive Date
- 10/18/2025
- Point of Contact
- Stuart Burman, Phone: 2027147059, CHIKACHASI CHIKEZIE, Phone: 2027813786
- E-Mail Address
-
stuart.burman2.civ@us.navy.mil, chikachasi.a.chikezie.civ@us.navy.mil
(stuart.burman2.civ@us.navy.mil, chikachasi.a.chikezie.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Disclaimer: This synopsis is for information only, and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. The Government will not reimburse the cost of any submission in response to this announcement the entire cost of any submission will be at the sole expense of the source submitting the information. If a solicitation is issued in the future, it will be announced via the System for Award Management (SAM) website (https://sam.gov) and interested parties must comply with that announcement. The information contained herein is subject to modification and in no way binds the Government to award a contract. The Naval Sea Systems Command intends to issue a sole source contract action to increase values associated with Cost Plus Fixed Fee (CPFF) contract type for Engineering Services, Firm Fixed Price (FFP) for Provisioned Items Orders, and Cost Reimbursable for other direct costs. The resultant contract action will support production deliveries through FY27. This sole-source contract modification is critical to meeting urgent Navy operational requirements for the LwLCCA in FY25 and FY26. It addresses critical spare part shortages, obsolescence issues, and ensures continued system viability by increasing the existing contract's PIO ceiling and securing additional engineering support and other direct costs. LM is uniquely positioned to provide this support due to its intimate knowledge of the system's design and manufacturing, established infrastructure (including specialized tooling and testing facilities), and possession of unique cabling required for both COLUMBIA new construction and existing fielded systems. Awarding this effort to another vendor would incur an unacceptable minimum 18-month delay due to contract solicitation, vendor qualification, and production lead times, jeopardizing submarine operational readiness and critical missions. Therefore, LM remains the only viable source capable of delivering the required LwLCCA support without unacceptable risk or delay.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2b4eeae5fa9c4805b3f0f9e19503f353/view)
- Record
- SN07595678-F 20250920/250918230047 (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 |