Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2026 SAM #8852
SOLICITATION NOTICE

81 -- Operations and Sustainment (O&S) for the Littoral Combat Ship Mission Modules (LCS MM) and Small Unmanned Surface Vessels (sUSV)

Notice Date
2/18/2026 8:20:27 AM
 
Notice Type
Solicitation
 
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
N0002426R6311
 
Response Due
3/4/2026 1:00:00 PM
 
Archive Date
03/19/2026
 
Point of Contact
Cassandra Brese, Jada Williams
 
E-Mail Address
cassandra.j.brese.civ@us.navy.mil, jada.n.williams11.civ@us.navy.mil
(cassandra.j.brese.civ@us.navy.mil, jada.n.williams11.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
UPDATE 1 (18 February 2026): Amendment 0001 provides a response to the Bidders Questions submitted to date and amends portions of the solicitation. The Bidders Questions and Answers and updated documents are available under Solicitation Amendment 0001 on PIEE. The Naval Sea Systems Command (NAVSEA) issues solicitation N00024-26-R-6311 for Operations and Sustainment (O&S) for the Littoral Combat Ship (LCS) Mission Modules (MMs) and Small Unmanned Surface Vessels (sUSVs). Program Executive Office Unmanned and Small Combatants (PEO USC), LCS MM Office (PMS 420) is procuring the effort required for the operations and sustainment of the LCS MMs and sUSVs. LCS MMs support the LCS fleet in its mission to defeat asymmetric threats and to ensure naval and joint force access into congested littoral regions. The LCS MM Program has employed an incremental development approach to deliver capabilities, allowing for insertion of mature capabilities throughout the life of the program without the need for modifications to the LCS seaframe. The LCS MM Program is also the integrator of separately procured MM equipment (e.g., berthing augmentation, gun and missile weapon systems, mine countermeasures payload delivery systems, etc.) and sUSVs (e.g. interceptors, maritime domain awareness, logistics, etc.). LCS MM Program product lines make use of common support containers, designs for which are based upon an International Organization for Standardization (ISO)-compliant shipping container (i.e., Conex box) to preserve anonymity and provide �roll on, roll off� capabilities for LCS seaframe and sUSV primary mission sets. Solicitation Access: This solicitation is issued electronically via PIEE (https://piee.eb.mil/) and interested parties must comply with that announcement. Interested Offerors should monitor SAM.gov and PIEE for the release of applicable amendments. Offerors will need to request access to the Solicitation and all restricted attachments via PIEE, while also ensuring they have submitted and executed a Terms of Use Agreement (TOU) per the paragraph below. To request access to the Solicitation via PIEE, please submit an email to the PCO and Contract Specialist identified below with a completed Terms of Use (TOU) Agreement. TOU must be signed by an authorized representative of the prospective Offeror. Please reference the name of your company and �N00024-26-R-6311 Solicitation� (without quotes) in the subject line of the message. In the body of the email, provide the name and email address of a company individual who will gain access to the solicitation in the PIEE module. If the Government has already granted your company access to the draft solicitation documents on SAM, please indicate this also in the body of the email. Offerors that previously executed a TOU Agreement during the pre-solicitation phase for this solicitation must still submit a request via email to the Contracting Officer and Contract Specialist for access to the Solicitation but need not resubmit the TOU.? The Government will verify the TOU submission. Upon verification of a duly executed TOU Agreement, the Government will provide restricted access to the Solicitation via the PIEE Module. PLEASE ENSURE THAT THE CAGE CODE ON THE TOU IS THE SAME CAGE CODE AS THE PIEE ACCOUNT. From time to time, the Government may post additional information to PIEE relating to this solicitation (e.g. responses to questions, solicitation amendments, etc.). It is the responsibility of prospective Offerors to monitor the PIEE website for any such information. The deadline to request access to the restricted Solicitation via the PIEE module is 30 days from this posting via SAM. The Government anticipates making a single award in or around 29 October 2026. Site Visit Information: PEO USC PMS 420 intends to hold a Site Visit of the mission package storage facility in Port Hueneme for interested offerors from 3-5 February 2026, from 09:00 to 16:00 PST. The Site Visit will be held at the UNCLASSIFIED level. The objective of this event is to provide industry with the opportunity to do a walk through of all maintenance and warehouse facilities, tour external laydown areas, and view all associated equipment and material storage locations so that any prospective offerors responding to the solicitation can have a more accurate understanding of the space and material capabilities and restraints at the mission package storage facility. See Attachment ""LCS MM & sUSV Site Visit Registration Form� to register for the Site Visit by 29 January 2026 at 1200 EST. Registration on the day of the event is not allowed. Up to two representatives per company are allowed to attend. The specific details for joining the Site Visit will be provided via separate correspondence to pre-registered and approved companies only. There will be no written or oral presentation(s) nor will there be any Q&A period during the Site Visit. The notional schedule for each Site Visit is as follows: 0900 � 1030: First Tour 1045 � 1215: Second Tour 1215 � 1300: Lunch 1300 � 1430: Third Tour 1445 � 1615: Fourth Tour Each tour group will consist of up to 5 vendors with no more than 2 representatives in attendance. Participation is on a first come first served basis. Access for all Site Visits will be restricted to U.S. DoD contractors only. Audio or visual recording devices of any kind are prohibited. DISCLAIMER: The Government will not reimburse the cost of any costs associated with the site visit in response to this announcement -- the entire cost of any submission or site visit will be at the sole expense of the source submitting the information or participating in the site visit. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/300f380fa47b43828398611ef2c60e8a/view)
 
Place of Performance
Address: Washington Navy Yard, DC, USA
Country: USA
 
Record
SN07719742-F 20260220/260218230042 (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.