SOURCES SOUGHT
R -- Professional Support Services for PEO USC PMS 420 and PMS 495
- Notice Date
- 12/15/2025 11:25:11 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016426SNB23
- Response Due
- 12/30/2025 1:00:00 PM
- Archive Date
- 12/30/2025
- Point of Contact
- Logan Kelley, Phone: 812-381-7772
- E-Mail Address
-
logan.b.kelley.civ@us.navy.mil
(logan.b.kelley.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SOURCES SOUGHT/ REQUEST FOR INFORMATION (RFI) � INFORMATIONAL PURPOSE ONLY. Naval Surface Warfare Center (NSWC), Crane Division Contracting Department, Crane, IN on behalf of the Naval Sea Systems Command (NAVSEA) Program Executive Office Unmanned and Small Combatants (PEO USC) Littoral Combat Ship Mission Modules (PMS 420) and Mine Warfare (PMS 495) program offices, requests information from SeaPort-NxG MAC holders (Prime/Subcontractors) in reference to the attached Statement of Work for planning and market research purposes. This effort is in support of PEO USC PMS 420 and PMS 495 for Professional Support Services (PSS) to include Program Management, Analysis, Development, Control, and Monitoring Support; Business and Financial; Planning, Programming, Budgeting and Execution (PPBE); Acquisition and Contracts; Technical and System Engineering Support; Test and Evaluation (T&E) Engineering; Integrated Logistics Support (ILS); Configuration and Data Management; Production; and Mission Module Operations and Sustainment to support the program office�s existing personnel, knowledge, and processes. Requirements consist of the following task areas: Task 1 � PROGRAM MANAGEMENT, ANALYSIS, DEVELOPMENT, CONTROL, AND MONITORING SUPPORT Task 2 � BUSINESS AND FINANCIAL Task 3 � ACQUISITION AND CONTRACTS Task 4 � TECHNICAL AND SYSTEM ENGINEERING SUPPORT Task 5 � LOGISTICS SUPPORT Task 6 � PRODUCTION Task 7 � MISSION MODULE OPERATIONS AND SUSTAINMENT This is a sources sought/RFI purpose is to determine the availability and technical capability to provide the required services for each Task Area(s). Additionally, this notice is being published with the intent to conduct market research, determine the availability of small business concern participation as either prime or subcontractors, and promote competition. Small Business responses may include capability per Task Area(s). The North American Industry Classification System (NAICS) Code identified for this requirement is 541330, Engineering Services. The Product Service Code (PSC) is: R425-Support-Professional: Engineering/Technical This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals and no award will be made as a result of this notice. The Government is not obligated to and will not pay for information received in response to this notice. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Respondents will not be notified of the results of this sources sought notice. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. When/if the Government issues an RFP, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this sources sought. Services associated with this requirement are currently being procured via a portion of the following task order: Contract Number - N0017819D7264/N0016423F3004 Contractor - Booz Allen Hamilton, Inc. Required Capabilities: PMS 420 and PMS 495 are considering one, or multiple, Cost-Plus-Fixed-Fee (CPFF), Level of Effort (LOE) type contract(s) with a one-year base and four (4) option years. In response to this sources sought, companies shall provide written capability statements that demonstrate their ability to successfully perform the required services for each Task Area. In order for the Government to consider setting aside any of the potential task areas, Small Business Primes, along with similar situated subcontractors, must show that they can perform more than 50% of the effort as the small business concern. The total LOE is estimated at 160 FTEs per year or 1,531,405 hours plus 10% surge labor hours. A summary of the labor mix is provided as an attachment. Required Questions: Respondents must include written answers to the below questions: What experience do you have with DOD and/or Navy acquisition program support? Describe your experience with developing an acquisition program for new technology and/or weapon systems, including engineering support. Describe your experience with and knowledge of Navy mine warfare programs. Describe your experience with and knowledge of Navy Littoral Combat Ship (LCS) mission module programs. Responses: Respondents should submit responses in electronic format either Microsoft Office 2007 or later compatible and/or Adobe 8.0 or later compatible formats. The purpose of the sources sought is to identify all potential SeaPort-NxG sources to be capable of performing the resultant Task Order(s) via a fair consideration/opportunity limited to all SeaPort-NxG MAC holders (Prime/Subcontract). Therefore, only responses from SeaPort-NxG MAC holders will be considered as part of the market research. Responses must: Reference tracking number N00164-25-RFPREQ-PEO_USC-0015 Be provided electronically only to Jonathan Dickinson @ email: Jonathan.c.dickinson.civ@us.navy.mil and Brock Kelley @ email: logan.b.kelley.civ@us.navy.mil no later than 30 December 2025. It should be noted that telephone replies will not be accepted. Include the name, position, telephone number, and e-mail address of the Industry Point of Contact (POC) for technical and contractual issues. Be typed in Times New Roman font with 12-point type size and not exceed 10 pages. A page is considered as one side of a sheet 8 � inches by 11 inches. Include the business size status of the prime and all anticipated team members. MAC Contract Number. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Classified material SHALL NOT be submitted. Contractors are encouraged to submit requests for clarification of the tasking outlined that may not be clearly understood. ALL questions/requests regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist�s email address. Verbal questions will not be accepted. Questions shall not contain classified information. ATTACHMENTS: Draft SOW Labor Mix Summary
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6ed8eec330154737933884a0fea7e3ec/view)
- Place of Performance
- Address: Washington Navy Yard, DC, USA
- Country: USA
- Country: USA
- Record
- SN07666729-F 20251217/251215230044 (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 |