Federal Bid

Last Updated on 25 Jun 2021 at 8 PM
Sources Sought
Port hueneme cbc base California

LCS FREEDOM Variant In-Service Engineering and Life Cycle Support

Solicitation ID N63394-18-0074
Posted Date 25 Jun 2021 at 8 PM
Archive Date 24 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Commanding Officer
Agency Department Of Defense
Location Port hueneme cbc base California United states 93043

SOURCES SOUGHT NOTICE

This is a Request for Information (RFI) as defined in FAR 15.201(e). Naval Surface Warfare Center (NSWC), Port Hueneme Division (PHD) is conducting market research to identify qualified and responsible sources that may be interested in a potential future procurement to provide in-service engineering and life cycle support for the FREEDOM variant Littoral Combat Ship (LCS) C5I systems critical engineering; design; integration; test and evaluation; software development, testing, and load; system upgrade/replacement planning onboard and at sites; logistics product development and distribution; configuration management of the systems and logistics products; as well as training systems. These activities will be executed in support of the shipboard LCS C5I equipment, components, software, training and support equipment developed by or for the Program Executive Office Unmanned and Small Combatants Program Office.

This RFI 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 RFI shall not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Responses to this RFI may be used to determine small business set-aside opportunities. All small business set-aside categories will be considered under North American Industry Classification System (NAICS) Code 541330 Engineering Services. In accordance with FAR 52.219-14(c)(1), Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

The incumbent for this requirement is Lockheed Martin Corporation under contract number N6339416G0006 / N6339419F0043. 

Interested parties shall address the following in their RFI submissions:

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), HUB Zone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.).

2. CAPABILITY STATEMENT

Interested parties shall submit a Capability Statement that succinctly addresses the following items to demonstrate the contractor's capability to perform the requirements of the draft SOW:

(a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the SOW;

(b) The contractor's technical ability, or potential approach to achieving technical ability, involves performing at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern.

(c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the 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. 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.

3. FEEDBACK AND QUESTIONS REGARDING THE FEASIBILITY OR CHALLENGES TO PERFORM THE WORK DESCRIBED IN THE SOW.

NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the RFI. RFI responses are limited to no more than 10 pages (8.5 X 11 inch) and 10-point Times New Roman font. Responses are to be received no later than 4:00 PM Pacific Standard Time on 9 July 2021. Please email responses or questions regarding this requirement to the Contract Specialist, Siouzann Lende ([email protected]) with copy to the Contracting Officer, Rondel Williams ([email protected]).

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

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.

At the current time, NO FUNDING IS AVAILABLE for contractual efforts. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any costs incurred by interested companies in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking.

Bid Protests Not Available

Similar Past Bids

Port hueneme California 24 Aug 2015 at 3 PM
Port hueneme cbc base California 09 Dec 2021 at 7 PM
Mechanicsburg Pennsylvania 01 Jun 2018 at 1 PM
Mechanicsburg Pennsylvania 01 Jun 2018 at 1 PM

Similar Opportunities

Oklahoma 13 Jul 2025 at 4 AM (estimated)
Oklahoma 13 Jul 2025 at 4 AM (estimated)
San diego California 21 Jul 2025 at 6 PM
Cleveland Ohio 08 Jul 2025 at 9 PM
Washington navy yard District of columbia 29 Jul 2025 at 4 AM (estimated)