Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2026 SAM #8818
SOURCES SOUGHT

12 -- Low Profile Mast (LPM)

Notice Date
1/15/2026 12:34:57 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-26-R-6215
 
Response Due
2/13/2026 1:00:00 PM
 
Archive Date
02/28/2026
 
Point of Contact
John N. Butto, Thomas Adams
 
E-Mail Address
john.n.butto.civ@us.navy.mil, thomas.j.adams84.civ@us.navy.mil
(john.n.butto.civ@us.navy.mil, thomas.j.adams84.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT IS NOT SEEKING OR ACCEPTING UNSOLICITED PROPOSALS. This Sources Sought/Request for Information notice (as authorized by FAR 15.201) is issued by the Naval Sea Systems Command (NAVSEA), in support of Program Executive Office Undersea Warfare Systems (PEO UWS), to identify sources interested in fulfilling the production and maintenance requirements for the Low Profile Masts (LPMs). The Low Profile Masts are components of the AN/BVY-1 Integrated Submarine Imaging System (ISIS) which is part of the Submarine Warfare Federated Tactical System (SWFTS), and receives capability upgrades per the Advanced Processor Build (APB)/Technical Insertion (TI) process. The procurement contemplated by this Sources Sought notice is for design, production, testing, delivery, modification, repair, maintenance, in-service support of the development of photonics mast outboard subsystem, environmental qualification, program management, engineering services, logistics and supportability, configuration management, testing, evaluation, and installation for VIRGINIA, COLUMBIA, and SSGN Class submarines. The contract type contemplated will be a single-award IDIQ with a five (5) year Ordering Period. The primary Place of Performance will be the United States of America. The LPMs shall meet the photonics performance/functional specifications which will be provided as GFI as part of the contract. There are two performance specifications, the Type 20/Type 24 Test Requirements Matrix and the Classified Annex (SECRET). Interested parties are requested to respond with a White Paper that addresses their approach, capability, and concepts to meet the requirements of the performance/functional specifications, with specific emphasis on the following: Technical / Facility Capabilities Describe your approach for supporting and maintaining adequate personnel to support the production, depot stand up, future growth of LPM products, and new design efforts for future LPM modules. Describe your approach to manufacturing, testing, and delivering a minimum of eight (8) production LPMs a year. Describe your approach to developing new hardware and transition from the current baseline into a new baseline. Explain the process for identifying technology obsolescence and replacement components. Explain how the system architecture design allows for insertion of the updated components. Describe the metrics used to measure performance and quality in producing the production LPMs and procedures for implementing corrective action. Describe the fixtures, equipment, and processes to test capabilities for verification and factory acceptance testing of the production LPMs. Describe the operational status of the manufacturing facilities, and how the facilities become and stay operational. Describe the procurement approach used to minimize impacts to production manufacturing along with the handling of materials on inspection. Describe your scheduling approach to minimize moving delivery dates. Describe the Engineering Service management philosophy to track funding and meet requested project dates by the program office. Maintenance Philosophy Describe your approach for capability/maintainability improvements that are not being delivered in software/hardware baseline. Describe the maintenance and repair processes proposed to support GFE/CFE testing equipment to include both factory and potential fleet equipment. Describe the maintenance and repair processes proposed to support initial failures for warranty repairs and initial depot repair for next generation LPM systems. Describe the depot maintenance philosophy and capability for the LPM system. Describe your approach to providing fleet-support field-maintenance repair on-site assistance to submarine platforms for LPM system troubleshooting and repair. Describe your approach for warranty repair/initial depot repair with respect to lowest impact to scheduled repair vs impact to other government projects schedules utilizing the same resources (space, people, equipment, etc.). Describe your approach to incorporating supportability, maintainability, and sustainability requirements into the overall design. Data Rights The Government desires at least a Government Purpose Rights (GPR) license (as defined in DFARS 225.227-7013 and DFARS 252.227-7014) in noncommercial Technical Data (TD), Computer Software (CS), and Computer Software Documentation (CSD), including object code, executable code and source code. Provide details of any limitations on technical data rights for the equipment. Describe the impact on the Government�s ability to use, modify, release or disclose TD, CS, or CSD. Specifically, provide details of any proprietary information that will be provided with the Government-use rights only. Recent and Relevant Contract Experience Please describe current or past contracts demonstrating your experience with the above Technical Approach and Maintenance Philosophy areas. Sources Sought Response/Submission and Deadline: The Government�s performance/functional specifications will not be posted online as an attachment to this sources sought notice. To receive a copy of the specifications, interested parties must submit a written request and a signed Terms of Use Agreement (TOUA) that will be reviewed. Acceptance of the terms of the TOUA must be made by a company representative with the authority to bind the company to such terms. Upon approval of the request, the interested party will receive the specifications via mail (FedEx, USPS, etc.) and other related information for the purpose of responding to this notice. Written requests shall be submitted via email to Mr. John Butto at john.n.butto.civ@us.navy.mil and Mr. TJ Adams at thomas.j.adams84.civ@us.navy.mil by 4:00 pm Eastern Standard Time (EST), 13 FEB 2026. The subject line of the email should have �LPM (insert company name) TOUA N00024-26-R-6215.� Telephonic requests are not acceptable. The Government will accept specific questions or comments submitted in response to this notice or information provided as a result of this Sources Sought Notice. Responses may contain a separate annex classified up to the SECRET level, if necessary, but any classified annex needs to be marked, handled and transmitted appropriately in accordance with the referenced security classification guides for the AN/BVY-1 system. Government responses shall be directed to the requester. Questions shall be open for the duration of the Sources Sought, but may not all be able to be answered within that timeframe. Interested companies who are interested in receiving the performance/functional specifications shall provide a written request that includes the following: Company name CAGE code and DUNS Complete company address Point of Contact information, to include E-mail address Telephone number Name/Job Title Facility Clearance level of facility (including issuing Government agency, and expiration date), to include Security Point of Contact information DD Form 2345 Business Size/Status (i.e. Large, SB, VOSB, SDVOSB, WOSB, etc.) Number of Employees Once the Government receives the written request and the signed TOUA, the company�s security clearance will be verified. Upon approval of the request, the company will be authorized to receive the specifications and other related information for the purpose of responding to this notice. All White Paper expressions of interest and information in response to this sources sought shall be submitted to Mr. John Butto at john.n.butto.civ@us.navy.mil and Mr. TJ Adams at thomas.j.adams84.civ@us.navy.mil no later than 4:00 pm Eastern Standard Time (EST), 13 FEB 2026. The subject line of the email should read ""(company Name) Sources Sought Response � LPM N00024-26-R-6215."" NOTE: SS/RFI responses are limited to 20 pages or less, one-inch margins, and 10-point Times New Roman font or larger. Disclosure: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. White Papers and responses to this notice will not be returned. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ce9f38555739486b942ed1c0fb919073/view)
 
Place of Performance
Address: Washington Navy Yard, DC, USA
Country: USA
 
Record
SN07688903-F 20260117/260115230036 (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!  © 1994-2026, Loren Data Corp.