Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOURCES SOUGHT

R -- INTEGRATED COMBAT SYSTEM ENGINEERING, LOGISTICS, POLICY AND ADMINISTRATIVE SERVICES

Notice Date
12/17/2025 7:06:56 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
COMMANDING OFFICER PORT HUENEME CA 93043-5007 USA
 
ZIP Code
93043-5007
 
Solicitation Number
N6339426R0TBD-CVN-L
 
Response Due
1/21/2026 4:00:00 PM
 
Archive Date
02/05/2026
 
Point of Contact
Anthony Duran, Phone: 8057271003, Brady Smith, Phone: 8053300408
 
E-Mail Address
Anthony.t.duran.civ@us.navy.mi, brady.d.smith10.civ@us.navy.mil
(Anthony.t.duran.civ@us.navy.mi, brady.d.smith10.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SOURCES SOUGHT NOTICE FOR INTEGRATED COMBAT SYSTEM ENGINEERING, LOGISTICS, POLICY AND ADMINISTRATIVE SERVICES This is a Sources Sought Notice for market research purposes only. The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) issues this Sources Sought Notice as a means of conducting market research to identify interested parties for this requirement. This Sources Sought Notice is focused on identifying capabilities in the market place and resources to support this requirement, as well as obtaining related technical information for the procurement of the requirement listed below. The results of this market research will contribute to determining the feasibility of a set aside, as well as the method of procurement. The applicable North American Industry Classification System Code (NAICS) assigned to this procurement is 336611- SHIP BUILDING AND REPAIRING. PSC:R425-SUPPORT-PROFESSIONAL:ENGINEERING/TECHNICAL Contract Type � The Government anticipates the contract will be a Cost-Plus-Fixed-Fee Level of Effort (LOE) contract. The evaluation method has not yet been determined; however, the Government anticipates utilizing best value criteria. The performance period is anticipated to be for one (1) base year with four (4) option years. This requirement shall provide Aircraft Carrier Strike Group (CSG), Amphibious Ready Group (ARG), and Fleet Strike Group Integrated Combat System (ICS) engineering, logistics, policy, and administrative support services to various departments, primarily the Modernization & Installation Department of the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD). NSWC PHD is a field activity located in Port Hueneme, California in support of Naval Sea Systems Command (NAVSEA). NSWC PHD is the designated In-Service Engineering Agent (ISEA) for ICS in-service engineering. Additionally, NSWC PHD is the designated ISEA for several of the individual Combat System elements. Within NSWC PHD, the Modernization & Installation Department, Code N60, is the ICS ISEA for all Amphibious and CVN class ships. NSWC PHD directly supports NAVSEA, Program Executive Office (PEO) Carriers, PEO Ships, and PEO Integrated Warfare Systems (IWS) offices as the ISEA for ICS design evaluation, installation, coordination, maintenance, training, program coordination, logistics, testing, and the development of ICS documentation. Additionally, NSWC PHD directly supports NAVSEA and PEO IWS offices in the modernization and sustainment of Aircraft Carriers, Amphibious Ships, Littoral Combat Ship (LCS), Zumwalt Class Destroyers, United States Coast Guard (USCG) National Security Cutters (NSCs), USCG Offshore Patrol Cutters (OPCs), and other ships within Strike Group and Ready Groups. The Modernization & Installation Department carries out engineering, technical, logistics, and leadership functions to conduct the ISEA mission. The customer organizations served by the Department include the U.S. Navy afloat, U.S. Navy shore activities, USCG, and Foreign Navies of Allied Nations purchasing ISEA services. This requirement will establish an engineering resource for planning and coordinating the installation of Combat Systems and Command, Control, Communications, Computer, and Intelligence (C5I) Systems in aircraft carriers, and other strike group or strike force units (including but not limited to CSG, ARG, and Robotic Autonomous System (RAS) units). Further detail of the requirement is described in the attached draft Statement of Work (SOW). Interested Small Businesses are invited to submit capability statements. This Sources Sought Notice is issued for informational and planning purposes only and does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP). This Sources Sought Notice shall not to be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this Sources Sought Notice will become the property of the United States Government. Responses to this Sources Sought Notice may be used to determine small business set-aside opportunities, FAR 52.219- 14, Limitation on Subcontracting, applies. Interested parties shall address the following in their response to this Sources Sought Notice: 1. COMPANY INFORMATION (a) Company name, Address, Data Universal Number System (DUNS) number, and Commercial and Government Entity (CAGE) code. (b) Company designated representative name(s) and point(s) of contact, including phone number and email address. (c) Company size status under the applicable NAICS (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.). 2. CAPABILITY STATEMENT Only information provided in the written Capability Statement shall be considered. Interested parties shall submit a Capability Statement that sufficiently addresses the following items to demonstrate the contractor's capability to perform the requirements: (a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the draft SOW; (b) The contractor's technical ability, or potential approach to achieving technical ability, to perform the requirement. For Small Business set-aside determination purposes, also include the contractor's technical ability to perform, or potential approach to achieving technical ability to perform, with at least 50% of the cost of the contract performance provided for by employees of the concern; and (c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the draft SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed Note: Demonstrated ability to manage, technical ability, and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability. All Capability Statement responses are to be received no later than 16:00 Pacific Standard Time on 16 January 2025. All responses to this sources sought are limited to no more than 15 pages (8.5 X 11 inch) and 10-point Times New Roman font. Please email responses or questions regarding this requirement to the Contract Specialist, Anthony Duran (Anthony.t.duran.civ@us.navy.mil) with copy to the Contracting Officer, Brady Smith (brady.d.smith10.civ@us.navy.mil). NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the posting. Respondents are responsible for properly marking and clearly identifying 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. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. The Government WILL NOT PAY for any information received in response to the Sources Sought nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with, or engaging in discussions with the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e01e7daa594e4993bcf3127255c032bc/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN07669338-F 20251219/251217230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.