SOLICITATION NOTICE
14 -- MK 41 VLS Launcher Production Industry Day
- Notice Date
- 2/17/2026 7:16:28 AM
- Notice Type
- Presolicitation
- NAICS
- 336415
— Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- VLS007A
- Response Due
- 3/31/2026 2:00:00 PM
- Archive Date
- 04/15/2026
- Point of Contact
- Matthew Hubbard, David Chamberlain
- E-Mail Address
-
matthew.r.hubbard2.civ@us.navy.mil, david.s.chamberlain5.civ@us.navy.mil
(matthew.r.hubbard2.civ@us.navy.mil, david.s.chamberlain5.civ@us.navy.mil)
- Description
- NOTICE: This notice is duplicative of Notice ID VLS006A. This notice was generated with a new notice ID (VLS007A) for administrative purposes. The Naval Sea Systems Command (NAVSEA) is requesting information to identify potential sources capable of producing the MK 41 VLS launcher modules. The MK 41 VLS is used on United States Navy (USN) surface combatants and multiple allied Navy platforms. MK 41 VLS is capable of launching multiple Standard Missile variants, Tomahawk, Vertical Launch Anti-Submarine Rocket (ASROC) and Evolved SEA SPARROW missiles. The Government possesses a Technical Data Package (TDP) that allows for the build-to-print production of the MK 41 VLS launcher modules. Interested parties may request access to the TDP through the below instructions. Authorized contractors are encouraged to review the TDP and provide comments on the TDP as well as any ideas on promoting competition at the system or component level. Industry comments may include but are not limited to: recommending alternative parts than what is specified in the TDP, innovative contracting and financing strategies, perceived barriers to entry and ideas to reduce/eliminate them. Industry is also welcome to provide general comments/questions regarding the procurement approach to meeting the Government�s Vertical Launching System requirements. To be an authorized contractor, the contractor shall be a United States Department of Defense contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency�s website. Authorized contractors will be required to fill out and submit a signed copy of a Terms of Use Agreement (TOUA). Interested parties should email the points of contact below to request a copy of the TOUA. The Government is holding an industry day for this requirement March 10-12 in Port Hueneme, CA. Details are provided in the following posting: VLS006 - https://sam.gov/workspace/contract/opp/0fde5c6bba524139a317e692432986cd/view Submission Instructions Submission response due date is 31 March 2026 by 1700 (EST). Parties are requested to respond via a white paper in Microsoft Word or Office 2003 (or newer) compatible format on 20 pages or less (including cover and administrative pages) and shall be delivered using 10 font or larger. Interested parties should provide company profile to include the following: - Company Name - Company Address - Point of Contact - E-mail Address - Telephone Number - Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) - Number of employees - CAGE Code Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Matthew Hubbard, matthew.r.hubbard2.civ@us.navy.mil, and David Chamberlain, david.s.chamberlain5.civ@us.navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions will be utilized for market research and will not be returned. Classified Information: Contractors shall NOT submit any classified information in response this RFI. DISCLAIMER: This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable laws and regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6853e979d7944eb6845ba550049a8e05/view)
- Place of Performance
- Address: Port Hueneme, CA, USA
- Country: USA
- Country: USA
- Record
- SN07717606-F 20260219/260217230042 (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 |