Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2026 SAM #8839
SOLICITATION NOTICE

20 -- COLUMBIA-Class Tailcone Request for Information (RFI)

Notice Date
2/5/2026 11:38:57 AM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NSWC CARDEROCK BETHESDA MD 20817-5700 USA
 
ZIP Code
20817-5700
 
Solicitation Number
N00167-26-X-XXXX
 
Response Due
2/27/2026 2:00:00 PM
 
Archive Date
03/14/2026
 
Point of Contact
Abeer Ameer, Phone: 3012754537, Sam Keith
 
E-Mail Address
abeer.j.ameer.civ@us.navy.mil, sam.a.keith.civ@us.navy.mil
(abeer.j.ameer.civ@us.navy.mil, sam.a.keith.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This Request for Information (RFI) is NOT a request for proposals or quotations. The purpose of this posting is to provide the DRAFT Statement of Work (SOW) for industry review/comment for the upcoming solicitation to procure manufacture of a maximum of eight (8) COLUMBIA Class submarine Tailcone Kits. Naval Surface Warfare Center Carderock Division (NSWCCD) intends to use full and open competition to award a mixed Fixed-Price-Incentive-Fee (FPIF) Firm Target and Cost-Plus-Fixed-Fee (CPFF) type award, for one (1) base year and up to four (4) one-year options. The Government anticipates making a future acquisition determination based on responses received from both small and large businesses that indicate an interest and have the capability to perform the required effort. All responses will be reviewed and the information will be utilized to assist the Government in making determinations regarding procurement strategy decisions. NSWCCD anticipates that this requirement will be assigned and solicited under North America Industry Classification (NAICS) code 336611 - ""Ship Building and Repair"". Please contact the Contract Specialist or Contracting Officer for the applicable drawing and provide your company's CAGE code. The drawing is classified and shall be provided after a security check. Responses to this RFI shall be submitted electronically to sam.a.keith.civ@us.navy.mil and abeer.j.ameer.civ@us.navy.mil by 5:00PM Eastern Standard Time on 27 February 2026 and contain the following information: Company name, website, and physical address Point of contact, phone number, and e-mail address Cage number (if applicable) and DUNS number Company size e.g. small business, large business, or small disadvantaged business Company capability Statement / Description of your technical capabilities and experience in potentially meeting the requirements identified in the SOW Any comments on the proposed SOW and/or potential barriers to proposing on this requirement, including contracting type All responses will be reviewed by the Government for consideration when revisions are incorporated in the SOW prior to solicitation of the formal RFP. All information will be kept confidential and will not be disseminated to the public.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3d0d1fea53e54125bd7e81bd56a0559b/view)
 
Place of Performance
Address: West Bethesda, MD, USA
Country: USA
 
Record
SN07705927-F 20260207/260205230041 (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.