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.