MODIFICATION
99 -- Request for Information (RFI) / Sources Sought: Foreign Military Sales Follow-on Technical Support for SEA21 PMS 326 International Fleet Support
- Notice Date
- 12/11/2025 7:30:42 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
- ZIP Code
- 98345-7610
- Solicitation Number
- RFISS-158
- Response Due
- 1/25/2026 12:00:00 PM
- Archive Date
- 02/09/2026
- Point of Contact
- Jason Gavinski, Phone: 3603150947, Karen Smith, Phone: 3603962594
- E-Mail Address
-
jason.b.gavinski.civ@us.navy.mil, karen.l.smith11.civ@us.navy.mil
(jason.b.gavinski.civ@us.navy.mil, karen.l.smith11.civ@us.navy.mil)
- Description
- Source Sought / Request for Information Agency: Department of the Navy Contracting Office: Naval Undersea Warfare Center Division, Keyport, WA Program Office: Naval Sea Systems Command, Washington, DC Place of Performance: Various Countries: United States, Egypt, Iraq, Bahrain, Saudi Arabia, Italy, Israel, T�rkiye, Romania, Poland, Philippines, Taiwan, Vietnam, This is a sources sought / request for information (SS/RFI) announcement in accordance with FAR 10 and in anticipation of a potential future procurement. It is a follow up to a previous SS/RFI and an Industry Day held on 10/21/2025. The Naval Sea Systems Command is conducting market research to determine industry capability, interest, and feedback in performing the Foreign Military Sales Follow-on Technical support for SEA21 PMS 326 International Fleet Support. The Naval Sea Systems Command is especially interested in determining small business capability interest. Requirement Overview: Major Support Areas: Program Management Support Engineering Support Technical Support Maintenance Support (OCONUS) Other Direct Support Scope: The purpose of this procurement is to provide eligible Foreign Customers access to a broad range of US Security Cooperation solutions and Follow-On Technical Support (FOTS), including sustainment material, systems upgrades, systems integration support and any related testing and quality assurance, training, and other related efforts associated with the fleet introduction and acquisition, operation, modernization, upgrade and maintenance of naval vessels, systems, and related ship support infrastructure within their inventories through the Foreign Military Sales (FMS) Program. The Government has provided a draft statement of work (SOW) for the requirement as an enclosure to this sources sought / request for information document (see Enclosure (1). What/Where to Submit: Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, CAGE code and e-mail address of one point of contact to Commander, Naval Undersea Warfare Center Division, Keyport, Attn: Jason Gavinski. Please provide your letter of interest and email it to the Contracting Officer, Karen Smith, at karen.l.smith11.civ@us.navy.mil and the Contract Specialist, Jason Gavinski, at jason.b.gavinski.civ@us.navy.mil with �FOTS Sources Sought / Request for Information Response� in the subject field. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in Enclosure (1), and answers to the following specific questions. Please consider limiting your response to no more than 15 pages. Based on the information provided via the industry day held on 10/21/2025 the Government has the following questions: 1. Can your company provide the supply or service? Please explain. 2. What NAICs and FSC/PSC codes do you recommend for this requirement? 3. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,000 or less employees)? 4. How many employees does your company have? 5. How are staff determined to be technically proficient to perform the work? 6. Does your company have a website? If so, what is your company�s website address? 7. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? 8. Given the complexity of the work described in this announcement, including Enclosure (1), please describe your company�s historical experience completing this type of requirement or briefly describe how your company would be capable of meeting these requirements. 9. What are your company�s capabilities and experience of managing subcontractor support? 10. Comment on any current or potential technical, cost, schedule or performance risks that you would like to make the Government aware of as it relates to the requirement. 11. Identify what types(s) of contract (firm fixed priced, cost-reimbursable, time & material) do you feel suits the requirement identified? 12. Would your company be able to support the requirement under a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract? 13. What evaluation factors other than price, would you recommend to differentiate offeror�s capabilities? What differentiates companies in this industry? 14. Recommendations/feedback on the statement of work. 15. If this were put to a proposal, does your company plan to submit a proposal in response? 16. If your company were selected, how many calendar days would your company need after the contract award date or notice to proceed, before you could be completely set up and begin providing the supply or service? 17. Provide any additional feedback that you feel is relevant. 18. Does your company have experience managing Government Furnished Property (GFP), Property in the Custody of Contractors, or other Government-owned assets? If so, please describe your processes for accountability, tracking, warehousing, reporting, and compliance with DoD property management requirements. 19. Is your company Cybersecurity Maturity Model Certification (CMMC) certified? If yes at what level? If not, when does your company plan to be certified and to what level? Information provided shall be treated as Business Sensitive or Confidential to the responder. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought / request for information announcement is released in accordance with FAR 15.201. This sources sought / request for information announcement is not a request for proposal. The purpose of this sources sought / request for information announcement is to gather information from the marketplace. Information provided in response to this sources sought / request for information announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. When to Submit: Responses are requested no later than 12 PM PDT 01/25/2026 Relevant & Related Postings: Initial SS/RFI: https://sam.gov/opp/6560d56fdba2497a8518980cfaaca869/view Industry Day Announcement: https://sam.gov/workspace/contract/opp/4d0aeba387904085adb4a9b0c6e35344/view Regarding this Posting: Please note that this sources sought / request for information is for information purposes and to identify potential sources and to seek feedback from industry. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government of any kind. Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow-up information requests, nor will the Government return any data provided. Future information, if any, will be posted at the website for sam.gov. Contracting Officer Address: NUWC Division, Keyport Bldg. 206A, Room 112 Point of Contact: Karen Smith, NUWC Division, Contracting Officer, 360-396-2594, karen.l.smith11.civ@us.navy.mil Jason Gavinski, NUWC Division, Contract Specialist, 360-315-0947, jason.b.gavinski.civ@us.navy.mil Enclosures: Draft Statement of Work 10/21/2025 - Industry Day Slide Deck 10/21/2025 - Industry Day Q&A Sheet
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/312bd9a857124e96ad7dadde13e1ab2d/view)
- Place of Performance
- Address: Washington, DC 20003, USA
- Zip Code: 20003
- Country: USA
- Zip Code: 20003
- Record
- SN07662988-F 20251213/251211230032 (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 |