Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 7 PM
Solicitation
Washington navy yard District of columbia

Littoral Combat Ship Mission Modules (LCS MM) Hardware Production & Operations and Sustainment (O&S) Support Draft Statements of Work

Details

Solicitation ID N00024-25-R-6311
Posted Date 01 Jul 2025 at 7 PM
Response Date 15 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsea Hq
Agency Department Of Defense
Location Washington navy yard District of columbia United states

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Sign up to access Documents

Signup now

This posting is related to the N00024-25-R-6312 for Littoral Combat Ship Mission Module (LCS MM) De, Engineering, Production, and Sustainment (DEPS) Industry Day and N00024-25-R-6311 for LCS MM DEPS Request for Information and Industry Day notices. 

The Department of the Navy, Naval Sea Systems Command (NAVSEA) intends to issue two (2) full-and-open, competitive solicitations pursuant to FAR Part 15 procedures in the third quarter (Q3) of fiscal year 2025 (FY25) for the LCS MM Program; specifically, one (1) contract vehicle for LCS Mission Modules (MM) Hardware Production and one (1) contract vehicle for LCS MM and Small Unmanned Surface Vessel (sUSV) Operations and Sustainment (O&S) Support.  

LCS MMs support the LCS fleet in its mission to defeat asymmetric threats and to ensure naval and joint force access into congested littoral regions.  The LCS MM Program has employed an incremental development approach to deliver capabilities, allowing for insertion of mature capabilities throughout the life of the program without the need for modifications to the LCS seaframe. The LCS MM Program is also the integrator of separately procured MM equipment (e.g., berthing augmentation, gun and missile weapon systems, mine countermeasures payload delivery systems, etc.) and sUSVs (e.g. interceptors, maritime domain awareness, logistics, etc.).  LCS MM Program product lines make use of common support containers, designs for which are based upon an International Organization for Standardization (ISO)-compliant shipping container (i.e., Conex box) to preserve anonymity and provide “roll on, roll off” capabilities for LCS seaframe and sUSV primary mission sets. 

This pre-solicitation synopsis is issued by the NAVSEA Contracts Directorate (SEA 02), and the LCS MM Program Office (PMS 420) has provided one (1) draft Statement of Work (SOW) for LCS MM Hardware Production and one (1) draft SOW for LCS MM and sUSV O&S Support (ATTACHMENTS 1 & 2).  Respondents may elect to respond to either the draft Hardware Production SOW, the draft O&S Support SOW, or both draft SOWs. Pursuant to FAR 15.201(c), the primary purposes of this pre-solicitation synopsis are to improve small business access to acquisition information and to enhance competition by identifying contracting and subcontracting opportunities. Further, and pursuant to FAR 15.201(c), this pre-solicitation synopsis is issued for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as to promote competition.  

This pre-solicitation synopsis is not to be construed as a commitment by the Government, nor will the Government reimburse respondents for any questions submitted or the information provided in response to this notice. The Government may or may not respond to questions or comments submitted. The Government may use information and feedback provided by respondents to inform future solicitation(s) as necessary. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within a response. 

All questions and comments shall be submitted electronically via email to the following POCs no later than 5:00 PM Eastern Time on Wednesday, July 15, 2025. Respondents shall submit questions and comments using the template provided as an ATTACHMENT 3 to this notice. NAVSEA will ONLY accept unclassified responses. Respondents shall respond to the points of contact (POC) listed in this notice for the specific draft SOW to which a response is being provided. 

The Navy is not issuing a formal solicitation or seeking proposals in response to this pre-solicitation synopsis notice. If a solicitation or multiple solicitations are released, NAVSEA will issue any formal solicitation associated with this notice electronically via the official Government-wide point of entry, the System for Award Management (SAM) at https://www.sam.gov/. Interested parties should monitor SAM for the release of any related solicitation(s). 

Non-response to this pre-solicitation synopsis does not preclude participation in any future engagements or solicitation, if issued. The information provided in this notice is subject to change and is not binding on the Government. It is the sole responsibility of potential respondents to monitor SAM for additional information pertaining to this notice. 

DRAFT SOW(s) RESTRICTED DOCUMENTS ACCESS: 

To obtain access to the draft Statement(s) of Work, interested companies shall complete and submit the Terms of Use (TOU) Agreement provided in ATTACHMENT 4 to this notice. The draft SOW(s) and communications with industry will contain Controlled Unclassified Information (CUI), technical data whose export is restricted by the Arms Export Control Act at Title 22, U.S.C. § 2751 et seq. or Executive Order 12470, and/or information presented by the Government considered to be Distribution Statement D. 

The requestor shall sign the TOU letter and return the signed copy to the relevant POC(s) with subject line: “TOU – <insert name of requestor’s company name> – LCS MM Program <insert ‘Production’, ‘O&S’, or ‘Production and O&S’> - N00024-25-R-6311” 

Upon receipt of a company-signed TOU agreement, NAVSEA will grant access to the restricted documents in a secure manner, so long as the requesting company has met the security requirements detailed herein. 

HARDWARE PRODUCTION: 

TO:  Ms. Caryl Williams – Sr. Contract Specialist – [email protected] 

CC: 

Ms. Antoinette Miles – Contracting Officer – [email protected] 

Ms. Riley Kivett – DAPM – [email protected] 

O&S SUPPORT: 

TO:  Mr. Kevin Hubbard – Contract Specialist – [email protected] 

CC:  

Ms. Cassandra Brese – Contracting Officer – [email protected] 

Ms. Riley Kivett – DAPM – [email protected] 

BOTH HARDWARE PRODUCTION AND O&S SUPPORT: 

TO:  Ms. Caryl Williams – Sr. Contract Specialist – [email protected] 

CC:  

Ms. Antoinette Miles – Contracting Officer – [email protected] 

Mr. Kevin Hubbard – Contract Specialist – [email protected] 

Ms. Cassandra Brese – Contracting Officer – [email protected] 

Ms. Riley Kivett – DAPM – [email protected] 

Similar Opportunities

Washington navy yard District of columbia 07 Dec 2025 at 5 AM (estimated)
Fort belvoir Virginia 30 Jan 2026 at 5 AM (estimated)
Fort belvoir Virginia 30 Jan 2026 at 5 AM (estimated)
Fort belvoir Virginia 30 Jan 2026 at 5 AM (estimated)
Fort belvoir Virginia 30 Jan 2026 at 5 AM (estimated)