SOURCES SOUGHT
19 -- Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on all Submarines
- Notice Date
- 2/10/2026 10:44:03 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N0002426R4320
- Response Due
- 2/27/2026 2:00:00 PM
- Archive Date
- 03/14/2026
- Point of Contact
- Angel Jaeger, Trenten VanderKamp
- E-Mail Address
-
angel.jaeger.civ@us.navy.mil, trenten.d.vanderkamp.civ@us.navy.mil
(angel.jaeger.civ@us.navy.mil, trenten.d.vanderkamp.civ@us.navy.mil)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- This is a sources sought notice in accordance with FAR 15.201 and in anticipation of a potential future procurement program. The Naval Sea Systems command (NAVSEA) is conducting market research to determine industry capability and interest in performing discrete production, non-discrete production and other production work to support the Navy�s four public shipyards, Trident Refit Facilities (Kings Bay, GA; Bangor, WA), Naval Submarine Base New London, CT, and Naval Base Point Loma, CA, in accomplishing repair, maintenance, and modernization of all nuclear-powered submarines (SSNs, SSBNs and SSGNs). NAVSEA is especially interested in determining small business capability and interest. Reponses are welcome from small business concerns and small business teaming arrangements or joint ventures. This market research will also provide information to the Contracting Officer that may be relevant to FAR 7.107 for consolidation/bundling. EXISTING REQUIREMENTS #1: Rolling Admissions for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines. The Government is conducting annual market research for the Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines (SSNs). Specifically, this is a notice contemplating a new competition for rolling admissions of additional IDIQ MAC holders onto NAVSEA�s existing FY25 IDIQ issued under N00024-25-R-4321. The MAC IDIQ is for discrete production, non-discrete production and other production work to support the Navy�s four public shipyards in accomplishing repair, maintenance, and modernization of nuclear-powered attack submarines. The specific requirements will be defined at the delivery order level, and will encompass efforts such as preservation, structural/non-destructive testing, shipboard work, electrical services, component repair, and engineering and technical support. Efforts include performing drydock submarine repair, maintenance and alterations at Norfolk Naval Shipyard (NNSY), Puget Sound Naval Shipyard (PSNS), Pearl Harbor Naval Shipyard (PHNSY), and Portsmouth Naval Shipyard (PNSY), and performing the repair and restoration of select critical components. Offerors are not required to have their own drydock. Work would be performed under delivery orders which will be competed among MAC IDIQ awardees over the remaining four-year base ordering period and three additional option years. The Navy has included rolling admissions provisions enabling the Navy to annually announce an interim competition for the purpose of adding additional contractors to the MAC IDIQ. The Navy has categorized the requirements to be procured under the MAC IDIQ into two tiers: Critical (Lot 1) and Non-Critical (Lot 2), as defined as follows: Critical (Lot 1) requirements consist of efforts that involve critical systems. Due to the nature of critical systems onboard the submarine and the likelihood that delays in completing work associated with these systems will have a significant impact on the overall CNO availability schedule, the Navy will require contractors to possess capability and capacity to meet technical requirements for critical systems to be eligible for Lot 1 scope. To complete this work, awardees are expected to have the knowledge, skills, and experience necessary to complete multiple concurrent complex CNO availabilities on critical systems. Critical systems include but are not necessarily limited to the following (all systems listed imply areas of the system and equipment requiring work certifications that are not subject to Special Emphasis Program Controls (e.g., submarine safety program (SUBSAFE), fly by wire (FBW), deep submergence systems (DSS)): Vertical Launch System (VLS); Ship control system components; Torpedo tubes; Bow planes; Sonar dome; Large Vertical Array; Shipboard hydraulics systems; Normal fuel oil tank and systems; Lube oil systems. The Navy intends to award the Critical (Lot 1) tier through full and open competition. Non-Critical (Lot 2) requirements consist of efforts that do not involve critical systems but may include systems and equipment requiring work certifications. Lot 2 is expected to require fewer specialized contractor capabilities, both in terms of personnel and equipment. The Navy intends to award the Non-Critical (Lot 2) tier as a small business set-aside under the applicable size standard for NAICS code 336611. Further information about Critical (Lot 1) requirements and Non-Critical (Lot 2) requirements is available below in the �All Requirements� section of this notice. NEW REQUIREMENT #2: Outsourcing Work from Availabilities on SSBNs and SSGNs The Navy is contemplating the addition of scope to the MAC IDIQ for discrete production, non-discrete production and other production work to support the Navy�s four public shipyards in accomplishing repair, maintenance, and modernization of nuclear-powered ballistic missile submarines (SSBNs) and nuclear-powered guided missile submarines (SSGNs). NAVSEA intends to solicit industry interest/capability in performing outsourcing work for SSBNs and SSGNs at the following locations: NNSY, PSNS, PHNSY, PNSY, both Trident Refit Facilities (Kings Bay, GA; Bangor, WA), Naval Submarine Base New London, CT, and Naval Base Point Loma, CA, for all level repair, maintenance, and modernization of nuclear-powered submarines. The specific requirements will be defined at the delivery order level and will still encompass efforts such as preservation, structural/non-destructive testing, shipboard work, electrical services, component repair, and engineering and technical support. NAVSEA seeks responses from sources that can perform dry dock submarine repair, maintenance and alterations at NNSY, PSNSY, PHNSY and PNSY, Trident Refit Facility Bangor (TRFB), Trident Refit Facility Kings Bay (TRFKB), Naval Submarine Base New London (SUBASE New London) and Naval Base Point Loma (NBPL) and perform the repair and restoration of select critical components. Offerors are not required to have their own drydock. Work will be executed under delivery orders which will be competed amongst MAC IDIQ awardees over a four-year base period with an additional three option years. Interested awardees that already received an IDIQ MAC award under N00024-25-R-4321 are strongly encouraged to provide interest and capability statements for the additional scope provided within New Requirement #2. New Requirement #2 will be procured competitively using the tiered Critical (Lot 1) and Non-Critical (Lot 2) parameters and procedures described in the �Existing Requirements� section of this notice. All interested parties, including existing IDIQ MAC awardees, are subject to competition for New Requirement #2. Further information about Critical (Lot 1) requirements and Non-Critical (Lot 2) requirements is available below in the �All Requirements� section of this notice. NEW REQUIREMENT #3: Outsourcing Work from Availabilities on SSNs at both Trident Refit Facilities (Kings Bay, GA; Bangor, WA), New London, CT and Point Loma, CA. The Navy is contemplating the addition of scope to the MAC IDIQ for discrete production, non-discrete production and other production work to support the Navy�s Trident Refit Facilities (Kings Bay, GA; Bangor, WA), New London, CT and Point Loma, CA for depot level repair, maintenance, and modernization on SSNs submarines. NAVSEA intends to solicit industry interest/capability in performing outsourcing work SSNs, at the following locations: Trident Refit Facilities (Kings Bay, GA; Bangor, WA), New London, CT and Point Loma, CA for all depot level repair, maintenance, and modernization of SSNs. The specific requirements will be defined at the delivery order level and will still encompass efforts such as preservation, structural/non-destructive testing, shipboard work, electrical services, component repair, and engineering and technical support. NAVSEA seeks responses from sources that can perform dry dock submarine repair, maintenance and alterations at TRFB, TRFKB, SUBASE New London and NBPL and perform the repair and restoration of select critical components. Offerors are not required to have their own drydock. Work will be executed under delivery orders which will be competed amongst MAC IDIQ awardees over a four-year base period with an additional three option years. Interested awardees that already received an IDIQ MAC award under N00024-25-R-4321 are strongly encouraged to provide interest and capability statements for the additional scope provided within New Requirement #3. New Requirement #3 will be procured competitively using the tiered Critical (Lot 1) and Non-Critical (Lot 2) parameters and procedures described in the �Existing Requirements� section of this notice. All interested parties, including existing IDIQ MAC awardees, are subject to competition for New Requirement #3. Further information about Critical (Lot 1) tier requirements and Non-Critical (Lot 2) requirements is set forth below in the �All Requirements� section of this sources sought notice. ALL REQUIREMENTS: The Government plans to procure all requirements provided in this source sought notice under the MAC IDIQ two tier structures: Critical (Lot 1) and Non-Critical (Lot 2), and is defined as follows: Critical (Lot 1) Requirements consist of efforts that involve critical systems. Due to the nature of critical systems onboard the submarine and the likelihood that delays in completing work associated with these systems will have a significant impact on the overall Depot level availability schedule, the Navy will require contractors to possess capability and capacity and ability to complete multiple concurrent complex/critical systems work on critical technical requirements to be eligible for Lot 1 scope. To complete this work, awardees are expected to have the knowledge, skills, and experience necessary to complete multiple concurrent critical complex Depot level Availabilities. Critical Systems include but are not necessarily limited to the following (all systems listed imply areas of the system that are not subjected to Special Emphasis Program Controls (e.g., SUBSAFE, FWB, DSS): Vertical Launch System (VLS) Ship control system components Torpedo tubes Bow planes Sonar dome Large Vertical Array Shipboard hydraulics systems Normal fuel oil tank and systems Lube oil systems Non-Critical (Lot 2) Requirements consist of efforts that do not involve critical systems but may include systems and equipment requiring work certifications. Lot 2 is expected to require fewer specialized contractor capabilities, both in terms of personnel and equipment. To complete this work, MAC IDIQ holders are expected to have the knowledge, skills, and experience necessary to complete multiple concurrent non-critical work on Depot level Availabilities. Categories of work intended to be outsourced are described below: PRESERVATION - The Contractor will provide administration, production support, materials, tools, and equipment to deliver preservation support that includes preservation for non-SUBSAFE hull and structural repair, internal and external submarine tanks preservation, lead bin repair and fabrication, de-ballasting and re-ballasting; anodes removal and install, tile removal and install, and safety track repair. STRUCTURAL/NON-DESTRUCTIVE TESTING (NDT) - The Contractor will provide Structural/Non-Destruction Testing (NDT) work includes application of technical methods to examine materials or components in ways that do not impair their future usefulness and serviceability to measure geometrical characteristics and to detect, locate, measure, and evaluate flaws. NDT is also known as non-destructive examination, non-destructive inspection, and non-destructive evaluation. NDT is comprised of, but not limited to, the following methods and techniques: Magnetic Particle Testing, Liquid Penetrant Testing, Radiography Testing, Visual Testing, Ultrasonic Testing, and Eddy Current Testing. SHIPBOARD WORK - The Contractor will provide support, work efforts, and additional personnel as trade assistants to support the following functions: Temporary Service Sheet Metal Mechanic, Temporary Service Electrician, Temporary Service Pipefitter, Marine Machinery Mechanic, Shipwright, Plastic Fabricators/Wood Crafting, Fabric Worker, Laborer, Electrician, Shipfitter Mechanic, Sheetmetal Mechanic, Pipefitter, Insulator, Inside Machinist, Marine Electrician, Electronics Technician, etc. for systems and subsystems that may include computers and associated electronics; hardware, software, data, and payload control systems for Vertical Launch System (VLS)/Virginia Class Payload Tubes, Torpedo Tubes, and Torpedo Racks. ELECTRICAL - The Contractor will provide support to include providing management oversight, technical support, labor, material, support, and equipment to accomplish a full range of depot level repairs and alterations, including troubleshooting, corrective and preventive maintenance, installation, and removal/replacement/repair of electrical equipment and systems onboard submarines. FIRE WATCH AND TANK WATCH - The Contractor will provide Naval Shipyards with additional personnel and resources to execute safety protocols including standing fire and tank watches. Firewatch support duties and functions, for the purpose of this effort, are defined as performing visual observation of the operation area on which industrial activity is being performed and extinguishing incipient stage fires as specified. Tank Watch support duties and functions, for the purpose of this effort, are defined as performing visual observation of the operation area on which industrial activity is being performed. COMPONENT REPAIR - The Contractor will perform repair and overhaul work on valves, pumps, actuators, and other components that are part of the Navy�s Corporate Component Repair Program, Advance Equipment Repair Program, and other Navy-owned Depot Level Repairables. Support shall include pre-testing, inspection, repair/replacement, and certification of completion. ENGINEERING AND TECHNICAL SUPPORT - The Contractor will provide efforts that add personnel as trade assistants to support the following functions: Marine Electrician, Marine Insulator/Lagger, Marine Pipefitter, Rigger/Weight Handler, Shipwright Staging/Shrink-wrap, Forklift/Aerial Lift Operator. In addition to the above, the Contractor will provide engineering and technical support related to ship systems, operational systems, and technology efforts. Submission Instructions Responses to this notice and the questions below must be submitted in the form of an expression of interest on company letterhead provided via email to the points of contact listed in this notice and must be received no later than DATE (telephone inquiries will not be accepted). Please ensure that the subject line of any emails containing responses or questions related to this notice include the name of your firm and �PEO SUB MAC IDIQ� (without quotation marks). Please limit responses to a maximum of ten pages in length, excluding the cover page, with a minimum font size of 10 points. All information received bearing proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice. The expression of interest should include a brief description of your company and its capabilities as they relate to the requirements of the categories contemplated under the MAC IDIQ. Additionally, companies must include responses to the questions below as part of any expression of interest submitted: Company Name Company Cage Code and Unique Entity Identifier (UEI) Code Point of Contact information Provide the URL for your company�s website Small business designation as defined by the Small Business Administration according to NAICS code 336611 (i.e. Large, SB, VOSB, SDVOSB, WOSB, etc.) Number of employees Please indicate the specific work categories and Lot(s) your company is interested in pursuing. Please indicate the specific requirement (s) your company is interested in pursuing. a. Requirement 1: Rolling Admissions for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on Fast Attack Submarines b. Requirement 2: Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Availabilities on SSBNs and SSGNs. c. Requirement 3: Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Availabilities on SSNs at both Trident Refit Facilities (Kings Bay, GA; Bangor, WA), New London, CT and Point Loma, Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. The information for each named contract shall include type of project, dollar value and location. If the work was accomplished as a prime contractor, please indicate the percentage of work, if any, which was subcontracted. If the work was performed as a subcontractor, indicate the percentage and dollar value of the work performed. If the interested party has no relevant experience on nuclear-powered submarines, projects on other Government vessels and private industry projects may be submitted. If the experience information submitted is for efforts other than provided in support of the nuclear-powered submarines, explain how the experience will enable the firm to successfully meet the requirements of the contemplated contract(s). If an interested party is contemplating being part of a joint venture or other teaming arrangement, state the names of the joint venture/teaming arrangement members and their business size and describe the intended roles and responsibilities of each member as it related to the work described herein. State the firm�s current security clearance level, if any, for facilities and personnel. Have the ability to meet Cybersecurity Maturity Model Certification (CMMC) Level 2 via independent assessment by an authorized CMMC Third Party Assessment Organization (C3PAO) every three years. More information on CMMC requirements can be found utilizing the following resources: https://dodcio.defense.gov/cmmc/About/ and https://nvlpubs.nist.gov/nistpubs/SpecialPublications/NIST.SP.800-171r2.pdf Disclaimer This notice is not a request for proposals. Per FAR 15.201(e), responses to this notice do not constitute offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. The Government makes no representations that a solicitation for the requirements described in this notice will be issued. 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 by the Government in the development of a procurement strategy. Information submitted in response to this notice will become the property of the United States Government. Respondents should properly mark any materials submitted with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records statutes only if properly labeled as such. The Government does not guarantee it will respond to questions submitted about this notice. Future information regarding this procurement, if any, will be posted on SAM.gov. Small Business Office Point of Contact Janique Hudson, NAVSEA 00K Office of Small Business Programs janique.a.hudson.civ@us.navy.mil (202) 781-3312
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0bcfad12abe3427599dd33f4d5c442da/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN07712141-F 20260212/260210230052 (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 |