SOLICITATION NOTICE
19 -- Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
- Notice Date
- 12/2/2025 11:04:16 AM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-26-R-2409
- Response Due
- 12/17/2025 12:00:00 PM
- Archive Date
- 01/01/2026
- Point of Contact
- Ryan Ksanznak, Megan Johnson
- E-Mail Address
-
ryan.m.ksanznak.civ@us.navy.mil, megan.e.johnson90.civ@us.navy.mil
(ryan.m.ksanznak.civ@us.navy.mil, megan.e.johnson90.civ@us.navy.mil)
- Description
- Naval Sea Systems Command (NAVSEA) intends to award a sole source Contract to Walashek Industrial and Marine, Inc., 1428 McKinley Ave National City CA 91950-4217 for the completion of up to seven (7) Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price (FFP) Contract will also include material and labor growth work that is required to address emergent issues not found during the pre-overhaul test and inspection which can occur over a year prior to the E-SLEP availability. This Contract will allow the crafts to be returned to the Fleet in a fully mission capable status by extending the craft service life past what was achieved through the original LCAC Service Life Extension Program (SLEP) and other modernization programs. Walashek has successfully completed LCAC depot level maintenance. No other company has sufficient familiarity with the unique aspects of completing LCAC depot level maintenance or possesses the equivalent in-depth knowledge to support their timely and cost-effective delivery. Accordingly, the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1 for this proposed contract action as Walashek is the one responsible source and no other type of supply will satisfy the Government�s requirements. This pre-solicitation synopsis shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept proposals as a result of this synopsis. This is not a request for proposals, a promise to issue a request for proposals, or a promise by the Government to pay for information received in response to this synopsis or any subsequent synopsis. The information contained herein is subject to modification and in no way binds the Government to award a contract. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. Interested parties may identify their interest and capability to respond to the requirement in response to this notice through a capability statement. This synopsis notice is not a request for competitive proposals. However, all expressions of interest received within 15 days after date of publication of this synopsis will be considered by the Government. Any submissions will not be reimbursed by the Government � the entire cost of any submission will be at the sole expense of the source submitting the information. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comment or questions. No basis for a claim against the Government shall arise as a result of this announcement. Responses should be received no later than the response date listed in this announcement. All responses should be forwarded with the Notice ID number in the subject line to Ryan Ksanznak (ryan.m.ksanznak.civ@us.navy.mil) and Megan Johnson (megan.e.johnson90.civ@us.navy.mil).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8a3ac8c18039442f9a9216d9838ad1d9/view)
- Place of Performance
- Address: Camp Pendleton, CA 92055, USA
- Zip Code: 92055
- Country: USA
- Zip Code: 92055
- Record
- SN07655086-F 20251204/251202230038 (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 |