Development, Modernization, Acquisition, Deployment and Life Cycle Maintenance for the LCS Classes Machinery Control Consolidated Maintenance System (MCCMS)
ID: N6449825RRFIMCCSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking sources for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for Littoral Combat Ship (LCS) classes. This initiative aims to establish a unified system for monitoring and maintaining various machinery systems aboard LCS variants, thereby reducing reliance on original equipment manufacturers and associated costs. The MCCMS is critical for enhancing the operational efficiency and readiness of U.S. Navy vessels, particularly in managing Hull, Mechanical, and Electrical control systems. Interested parties must submit white papers detailing their capabilities by March 13, 2025, and can contact Francis J. Brady at francis.j.brady14.civ@us.navy.mil or 267-990-6185 for further information. This notice serves as a market research tool and does not constitute a commitment to contract.

    Files
    Title
    Posted
    The document outlines a Request for Information (RFI) for engineering and technical services related to the Littoral Combat Ship (LCS) Machinery Control Consolidated Maintenance System (MCCMS). This system is integral to the U.S. Navy's Hull, Mechanical, and Electrical control systems on Surface Combatant vessels. The MCCMS aims to provide a unified platform for troubleshooting and maintaining machinery aboard USS Freedom and USS Independence, reducing costs associated with original equipment manufacturer reliance. The Contractor will be responsible for comprehensive lifecycle maintenance, covering fleet engineering support, configuration and logistic management, troubleshooting, and cybersecurity measures. Additionally, the document emphasizes the adoption of systems engineering best practices as per the NSWCPD Systems Engineering Process. Key responsibilities include managing software integrity, conducting system verification, developing obsolescence plans, and providing training to ship personnel. The Contractor must also create a development and test facility for software and hardware changes. The RFI reflects the Navy's commitment to enhancing the operational efficiency and readiness of its ships through advanced engineering support and modernization of maintenance systems.
    The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) has issued a Sources Sought Notice for the development, modernization, acquisition, deployment, and life cycle maintenance of the Machinery Control Consolidated Maintenance System (MCCMS) for LCS classes. This initiative aims to provide a singular system for monitoring and maintaining multiple machinery systems aboard LCS variants, thereby reducing dependency on original equipment manufacturers and associated costs. The notice invites potential sources to submit white papers outlining their capability to provide necessary engineering, technical support, cybersecurity, planning, and configuration management activities for the MCCMS. Interested parties must provide details regarding company profile, relevant experience, and technical capabilities. This procurement represents a first-time acquisition, and responses are due by March 13, 2025. The government emphasizes that this request is for market research purposes only and does not signify a commitment to contract or a Request for Proposal (RFP). All received submissions will become government property and will not be returned.
    Similar Opportunities
    MK59 MLCP and LCP Spare Parts and Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    Vessel Construction Manager (VCM) Industry Day Announcement for Medium Landing Ship (LSM) Program
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is hosting an Industry Day for the Medium Landing Ship (LSM) Program on December 19, 2025, aimed at engaging U.S.-based Vessel Construction Manager (VCM) firms. The event will provide an overview of the LSM Program and gather industry input to inform acquisition strategies for the procurement of 18 to 35 LSM vessels, which are intended to enhance the U.S. Marine Corps' maneuver and logistics capabilities. Interested firms must register by December 12, 2025, and can attend either in-person or virtually, with specific registration requirements outlined in the attached participation form. For further inquiries, participants can contact Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil or Elizabeth Feliciano at elizabeth.feliciano-hernandez.civ@us.navy.mil.
    70--MCU BS2 MODE2V1.1.2, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of the MCU BS2 MODE2V1.1.2. This procurement involves comprehensive repair services, including teardown and evaluation of the equipment, with a requirement for a firm-fixed price quote for the full repair effort within 90 days of receipt. The MCU BS2 MODE2V1.1.2 is critical for operational readiness in naval applications, necessitating adherence to strict quality and inspection standards as outlined in the solicitation. Interested contractors should direct inquiries to Abigail R. Hurlbut at 717-605-6805 or via email at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    MARITIME SECURITY CUTTER LARGE (WMSL) 418' PROPULSION (SSN: 70Z08525WMSLSHAFT Amended)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the refurbishment of propulsion shafts used on the 418' Maritime Security Cutter Large (WMSL). The procurement involves a sole-source requirement for the Original Equipment Manufacturer, Rolls-Royce Marine North America, to perform inspection, overhaul, testing, preservation, packaging, and marking of various propulsion shaft components. This contract is critical for maintaining the operational readiness of the WMSL cutters, which are essential for maritime security operations. Interested vendors must submit their proposals by December 19, 2025, at 12:00 PM (EST), and can direct inquiries to William Zittle or Kiya Plummer-Dantzler via the provided contact information.
    Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) Availabilities Including Option Year Quantities
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a sole source contract to Walashek Industrial and Marine, Inc. for the completion of up to seven Landing Craft, Air Cushion (LCAC) Extended Service Life Extension Program (E-SLEP) availabilities, including option year quantities. This Firm-Fixed Price contract will encompass necessary material and labor to address emergent issues identified during pre-overhaul tests and inspections, ensuring the crafts are returned to the Fleet in a fully mission-capable status. The LCACs are critical for amphibious operations, and this contract aims to extend their service life beyond previous modernization efforts. Interested parties may submit capability statements to Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil and Megan Johnson at megan.e.johnson90.civ@us.navy.mil within 15 days of this notice, although the government does not guarantee a response or reimbursement for submissions.
    Control. Interface
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    Genset Preservation
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from interested sources for the procurement of LCC-19 Genset Preservation and Installation Support Services. The requirement includes the purchase of three (3) Caterpillar (CAT) 3516E Generator Sets, emphasizing the need for brand-name equipment to ensure compatibility and performance standards. This procurement is crucial for maintaining operational readiness and reliability of power generation systems within the Navy's infrastructure. Interested vendors must submit their capability statements, not exceeding three pages, to Contract Specialist Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil by December 11, 2025, with the subject line "44-0050." Please note that this notice is for information gathering purposes only and does not constitute a contract or a commitment by the Government.
    Commander, Fleet Readiness Centers (COMFRC); Digital Group; Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements, and Software Lifecycle Support (ITPSS)
    Buyer not available
    The Department of Defense, through the Commander, Fleet Readiness Centers (COMFRC) Digital Group, is seeking information from qualified businesses regarding the Depot Maintenance, Repair and Overhaul (MRO)/Naval Air Systems Command (NAVAIR) Depot Maintenance System (NDMS) IT Program/Project Functional Requirements and Software Lifecycle Support (ITPSS). The procurement aims to support a large portfolio of IT solutions that facilitate Sustained Maintenance Planning (SMP) and MRO activities across the Naval Aviation Enterprise, requiring skilled personnel to manage approximately 20 to 25 concurrent complex business transformation projects. Interested businesses are encouraged to submit a capabilities statement by December 9, 2025, to Kalynn Jackson at kalynn.r.jackson.civ@us.navy.mil, with the anticipated contract type being a Commercial, Indefinite Delivery/Indefinite Quantity (IDIQ) contract, expected to be awarded around January 2027. The current incumbent contractor is Deloitte, and the NAICS code for this opportunity is 541511, Custom Computer Programming Services.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.