SOURCES SOUGHT
14 -- OTH-WS Sources Sought for Production & Design Agent Support
- Notice Date
- 12/18/2025 10:49:11 AM
- Notice Type
- Sources Sought
- NAICS
- 336415
— Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-26-R-5434
- Response Due
- 1/9/2026 12:30:00 PM
- Archive Date
- 01/24/2026
- Point of Contact
- Brittany Burton, Phone: 2027810611, Jamal Newman, Phone: (202) 657-1791
- E-Mail Address
-
brittany.m.burton4.civ@us.navy.mil, jamal.e.newman.civ@us.navy.mil
(brittany.m.burton4.civ@us.navy.mil, jamal.e.newman.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- In accordance with FAR Part 10 � Market Research, the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Surface Ship Weapons, Program Executive Office Integrated Warfare Systems (PEO IWS) 3.0, is issuing this sources sought notice. This sources sought notice is intended for informational and planning purposes only in order to determine industry interest and capability. This notice does not constitute a Request for Proposal. The Government is not seeking or accepting unsolicited proposals. This notice should not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. The Government will not respond to solicitation inquiries or requests. All information is to be submitted at no cost or obligation to the U.S. Government. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The U.S. Government reserves the right to reject, in whole or in part, any input received as a result of this market research. The U.S. Government is not obligated to notify respondents of the results of this market research survey. If a formal solicitation is issued at a later date, a solicitation notice will be published. Questions regarding this announcement shall be submitted in writing by e-mail to the following U.S. Government POCs: Ms. Brittany Burton, (202) 781-0611, brittany.m.burton4.civ@us.navy.mil Ms. Talita Dreis, (202) 812-4986, talita.k.dreis.civ@us.navy.mil Mr. Jamal Newman, (202) 657-1791, jamal.e.newman.civ@us.navy.mil Ms. Kristina Marcais, (703) 872-3787, kristina.m.marcais.civ@us.navy.mil Verbal questions will NOT be accepted. Description: NAVSEA is conducting a market research survey through this sources sought notice to identify qualified potential sources capable of manufacturing the Over the Horizon � Weapons System (OTH-WS) and providing Design Agent (DA) support. The OTH-WS provides a Long-Range Anti-Ship, Over-the-Horizon Offensive Anti-Surface Warfare (OASuW) capability to counter identified threat gaps by providing the ability to engage surface threats utilizing advanced seeker and guidance systems capable of delivering a mission kill in extremely hostile environments. The OTH-WS can perform as a stand-alone system requiring minimal integration onto ship platforms. A key performance characteristic for the OTH-WS is the ability to be fired without further guidance after launch, such as illumination of the target or wire guidance, and hit the intended target without the launcher being in line-of-sight of the target. The system consists of an operator interface console, Naval Strike Missile (NSM), and the Weapon System. The NSM is a bank-to-turn missile with an imaging infrared seeker and employs an armor-piercing warhead optimized for anti-surface warfare. The NSM is also suited for land attack missions due to its ability to climb and descend with the terrain. It was successfully tested in a land-based mobile launcher configuration in 2018 as part of a multination military exercise. The OTH-WS consists of Encanistered Missiles (EM) and Missile Launch System (MLS). An EM consists of the NSM flight vehicle that is mechanically and electrically connected within a weapon canister. The MLS components include an Operator Interface Console, a Launch Mechanism (LM), and Fire Control System (FCS). The weapon canister allows the flight vehicle to mechanically and electronically connect to the MLS without being exposed to the environment. Each LM shall be capable of storing and launching four (4) EMs. The LM may consist of one four-celled launcher or two two-celled launchers. Ship sets will range from one (1) to four (4) LMs to provide ships with the capability to fire from four (4) to sixteen (16) EMs. The FCS is comprised of an operator interface, a means of interfacing to the ship, an engagement planning system, and a Global Positioning System (GPS)/Inertial Navigation System to include Military GPS User Equipment compliance. The option for land-based operations is also available. The units shall be satisfactorily tested prior to completion or delivery. Sources should be capable of supplying 516 quantities of Encanistered Missiles (EM) under a Firm Fixed Price (FFP) contract to replenish the stock of critical munitions. Design Agent requirements consist of providing engineering support to maintain, operate, upgrade and sustain the OTH-WS. The Design Agent requirements would include depot level repair, test services, technical advisory, program directed system improvements, training support, logistics support, modeling and simulation, and issue resolution support. Sources should be capable of supporting the system under a Cost-Plus Fixed Fee (CPFF) contract spanning five (5) years. MARKET SURVEY QUESTIONNAIRE FOR OTH-WS PRODUCTION REQUIREMENTS AND DESIGN AGENT SUPPORT: Instructions: Please complete this Market Survey Questionnaire no later than 31 December 2025. This survey questionnaire is not a procurement action and is simply an inquiry for interest. There will be no compensation by the Government for your response to this questionnaire. Please reference the survey question number with each response. Identify your current Business Structure: Name of company � include a contact person's name, technical person�s name, company address, telephone number, email address, CAGE code or Duns Number. Company size � verify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone Concern, Veteran-Owned Small Business, or Service-Disabled Small Business. Identify whether you are interested in the acquisition as a prime contractor or subcontractor. If a Small Business Manufacturer, provide information as to how you or your joint venture intends to be compliant with FAR Clause 52.219-14, Limitations on Subcontracting. Describe your parent company and subsidiaries (if applicable) � include corporate evolution, fiscal stability and other relevant factors. If your organization does not have adequate resources (technical, manufacturing, personnel, etc.) available, identify what type of sub-tier vendors or subcontractors your organization would partner with and the time frame for creating any business relationship. Identify your organization's facilities, equipment, success stories, unique capabilities, environmental concerns, customer service/satisfaction, storage, shipping, and receiving for producing the OTH-WS. Identify your organization's current and previous experiences with similar system buys. Your answer should address the following: What Government and commercial contracts/items/production lines and period of production? Whether or not the contracts have been satisfied? Who are the Customers and what are the quantities produced? What was the maximum monthly production rate, both concurrent and stand-alone? Identify current major manufacturing processes, critical skills and equipment, quality control practices/systems and how they relate to producing the OTH-WS. Identify current production capabilities of the integrator and component suppliers to meet the desired quantities. Your answers should address the following: What are your current production rate capabilities and what capabilities must be developed? What capabilities would be subcontracted? If you intend to leverage the current Industrial Base, please detail your experience in managing multiple vendors/schedules/products of similar complexity. If you intend to establish a new Industrial Base, please detail similar efforts of complexity with associated challenges/successes. What are your organization�s historical experiences with process or component outsourcing? What is your organization�s projected schedule for long lead materials and time frames to begin deliveries? Identify your organization's quality system and your organization's contractor's quality philosophy. Furthermore, identify your organization's experience in critical defect inspection, implementation of the latest Government requirement on critical defects clause, past quality deficiency reports and Statistical Process Control (SPC) requirements. If your responses include capabilities being subcontracted, identify and detail your organization's system for flow down of quality requirements to subcontractors as well as to vendors. Identify your organization�s rate flexibility. Your answer should include your maximum production rate attainable, minimum sustaining rate, and minimum order quantity. Survey to include an outline of the contractor�s Safety Program Plan. Survey to include an outline of the contractor�s Configuration Management Plan. Survey to include an outline of the company�s Quality Plan. Identify organizational capability to support Product Improvement Programs (PIPs) including engineering expertise. Examples of previous efforts to address material availability and design for automated PIPs are expressly sought. Identify your organization�s ability to test OTH-WS Assemblies and sub-assemblies for First Article Tests (FAT), Lot Acceptance Tests (LAT), and engineering tests. Identify potential component sub-vendors and their location. On any potential foreign sourced components, include a detailed statement on the benefit of the foreign supply solution. Identify your organization�s and any potential team members� personnel experience with the manufacture and assembly of similar and related weapon systems such as the OTH-WS. Export/ITAR Considerations - For foreign requirements, does your company have prior experience with FMS or direct commercial sales that involve export licensing? The respondent shall provide evidence of the ability to produce the OTH-WS NSM in accordance with the qualified Technical Data Package, and that they have personnel trained, skilled, and experienced in handling OTH-WS. Rough Order of Magnitude (ROM) Costs � Provide non-binding cost estimates for planning purposes, if available. All responding sources must email their response submissions no later than 31 December 2025 to: 1. Mr. Jamal Newman, OTH-WS FMS APM & COR Email: jamal.e.newman.civ@us.navy.mil Phone: (202) 657-1791 2. Kristina Marcais, OTH-WS APM & COR Email: kristina.m.marcais.civ@us.navy.mil Phone: (703) 872-3787 3. Talita Dreis, Contract Specialist Email: talita.k.dreis.civ@us.navy.mil Phone: (202) 812-4986 4. Ms. Brittany Burton, Contracting Officer Email: brittany.m.burton4.civ@us.navy.mil Phone: (202) 781-0611 Information submitted in response to this sources sought notice will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records law only if properly labeled as such. Submissions should not exceed 10 pages.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/df9e6a2c916b4d089c3e5fcc58df190e/view)
- Record
- SN07670685-F 20251220/251218230044 (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 |