Amphibious Assault Ship (LHA 10) Machinery Control System (MCS) Request for Information (RFI)
ID: N0002425R2411Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Ship Building and Repairing (336611)

PSC

COMBAT SHIPS AND LANDING VESSELS (1905)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the development of a Machinery Control System (MCS) for the LHA 10 Amphibious Assault Ship. The MCS is intended to facilitate remote monitoring and control of ship machinery, requiring seamless integration with the Hull, Mechanical, and Electrical Local Area Network (HM&E-LAN) while adhering to stringent safety and environmental standards. This procurement is crucial for enhancing operational readiness and safety aboard military vessels, with a focus on ensuring fail-safe operations and robust cybersecurity measures. Interested vendors must submit their responses by April 4, 2025, and can direct inquiries to Elizabeth Feliciano at elizabeth.feliciano-hernandez.civ@us.navy.mil or Nicholas Boyles at nicholas.w.boyles.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a Request for Information (RFI) related to the procurement of a Marine Combat System (MCS) for the U.S. Navy, specifically addressing various inquiries from potential bidders. Key topics include the contract type, which is a Firm-Fixed Price (FFP), and the anticipated inclusion of installation support covering aspects of ship integration and training post-software delivery. The document clarifies that the RFP will focus solely on MCS requirements, excluding a mix of Shipyard requirements. Responses indicate that a signal list and specific Contract Data Requirements Lists (CDRLs) are available upon request, contingent upon verification of an active registration in the System for Award Management (SAM). Additionally, the expected period of performance extends through delivery and includes support for installation efforts. Important procedural details such as the limitations of sharing proprietary documents and compliance references are also noted, emphasizing the necessity for interested parties to follow the proper request channels. Overall, this RFI serves to streamline the bidding process for the MCS by providing potential vendors with essential information while outlining the Navy's expectations and requirements.
    The Naval Sea Systems Command (NAVSEA) is issuing a Request for Information (RFI) to explore potential solutions for a Machinery Control System (MCS) intended for the LHA 10 Amphibious Assault Ship, currently contracted with Huntington Ingalls Incorporated. The MCS will facilitate remote monitoring and control of various machinery, requiring integration with the HM&E-LAN. NAVSEA seeks written responses to specific questions, including the responder's business classification, experiences in naval MCS development, and any design adaptations that could meet specifications. Firms are also required to outline expected timelines for design phases, hardware, and software deliveries, as well as to provide a Rough Order of Magnitude (ROM) cost estimate and possible cost reduction strategies. The deadline for submissions is April 4, 2025. This RFI does not commit the government to any contracts and does not provide reimbursement for submissions.
    The document outlines the specifications and requirements for the Machinery Control System (MCS) for the LHA 10. Its main purpose is to establish technical guidelines for the design, construction, and operation of various MCS components, emphasizing remote monitoring and control capabilities for ship machinery. Key elements include definitions of terms related to automated control, control consoles, data acquisition, and fault detection systems. The MCS is required to integrate seamlessly with the Hull, Mechanical and Electrical Local Area Network (HM&E-LAN), supporting functionality across a variety of machinery including propulsion and damage control systems. Notably, the document stresses ensuring fail-safe operations, proactive fault isolation, and compliance with environmental and safety standards. Each MCS unit must have redundancy built into its hardware to maintain operational integrity even in the event of component failures. Additionally, it includes provisions for maintenance, accessibility, and network communication across different functional VLANs for security. Overall, the document serves to guide contractors in meeting federal specifications for naval shipbuilding and modernization, crucial for maintaining operational readiness and safety aboard military vessels.
    The document outlines the security requirements for Shipboard Secure Electrical Information Processing Systems (S/SEIPS) pertinent to the LHA 10 project, effective as of April 6, 2023. It defines critical terms such as adjustable parameters and developmental software, and specifies installation compliance with various Information Assurance publications. Key categories of secure spaces, including Special Access Program Facilities (S/SAPFs) and Sensitive Compartmented Information Facilities (S/SCIFs), are detailed to ensure protection of national security information. The security framework emphasizes cybersecurity management, account authentication, and configuration control. It mandates unique user credentials, stringent password policies, and automated account management protocols. Comprehensive logging and audit measures are established to monitor cybersecurity events and ensure accountability. Additionally, it requires the protection of data at rest, including encryption standards, and stipulates that all wireless communications be disabled or removed. Physical and logical security protocols govern access to critical systems, while technical documentation requirements ensure transparency and compliance throughout the development lifecycle. Overall, the document emphasizes robust security measures necessary for safeguarding sensitive information and ensuring the integrity of shipboard information systems in compliance with federal directives.
    The document outlines specifications for the Hull, Mechanical, and Electrical (HM&E) Local Area Network (LAN) for the LHA 10 vessel. It defines essential terms and connectivity requirements for the HM&E systems, ensuring reliable intra- and inter-system communications. The network will feature a dual backbone, dual-tier distributed topology with fault tolerance measures, permitting uninterrupted communication even during individual component failures. Installation requirements include the use of industrial-grade or Mil. Spec network switches, with strict adherence to power supply protocols and environmental standards. The Network Management Station (NMS) will provide centralized network oversight, while maintaining logical segmentation of user groups and systems to enhance security and efficiency. Additionally, the document illustrates network design, cabling specifications, cybersecurity measures, and thorough testing protocols to ensure the system's durability and responsiveness. This comprehensive structure emphasizes the government's commitment to high operational standards in naval environments, while addressing various communication protocols for network management and monitoring.
    Similar Opportunities
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information (Updated 16 Dec 2025)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input via a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program. This initiative aims to develop and field loitering munitions that can be integrated with SOCOM Combatant Craft, focusing on precision strike capabilities while adhering to specific performance requirements, including a kinetic payload of over 22 pounds and operational readiness in various sea states. The MLE-1 program is critical for enhancing naval warfare capabilities, providing combatant craft with organic precision-strike mission packages designed for beyond line-of-sight engagements. Interested vendors must submit their responses by 5:00 PM EST on January 16, 2026, and can direct inquiries to Christopher Russell at christopher.s.russell34.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    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.
    Control. Interface
    Dept Of Defense
    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.
    61--CONTROLLER,MOTOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a motor controller, specifically NSN 6110015029179, to be delivered to USS CHUNG HOON DDG 93. The requirement includes a quantity of one unit, with a delivery deadline of five days after award. This equipment is critical for electric wire and power distribution applications, underscoring its importance in military operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    20--ENGINE CONTROL UNIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of Engine Control Units, specifically NSN 2010016719101. The requirement includes a total of 65 units, with 64 units to be delivered within 221 days and 1 unit within 60 days to the DLA Distribution. These Engine Control Units are critical components used in various marine applications, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
    61--CONTROL PANEL ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a Control Panel Assembly (CAGE Code: 51435, Reference No: 545D1007-1). This procurement is critical for the operation of submarines and surface ships, emphasizing the need for high-quality electrical control equipment that meets stringent military specifications. The contract includes specific requirements regarding inspection, quality assurance, and packaging, with a focus on ensuring that all materials are free from mercury contamination. Interested vendors must submit their proposals by the revised closing date of January 20, 2026, and can direct inquiries to Abigail Hurlbut at abigail.r.hurlbut.civ@us.navy.mil or by phone at 717-605-6805.
    48--ACTUATOR,ELECTRO-ME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of electro-mechanical actuators, specifically NSN 4810015394781, for delivery to various naval vessels including the USS Billings (LCS-15), USS Cooperstown (LCS-23), and USS Nantucket (LCS-27). The procurement includes three line items, each requiring one unit to be delivered within 20 days after order (ADO). These actuators are critical components used in naval operations, ensuring the functionality of various systems aboard the ships. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The solicitation is available online, and all responsible sources are encouraged to participate.
    61--MOTOR,ALTERNATING C
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of an Alternating Current Motor (NSN 6105-01-472-7112) intended for delivery to the USS Tripoli (LHA 7). The requirement includes a quantity of one unit, with a delivery timeline of five days after order (ADO). This motor is critical for the operation of various electrical systems on naval vessels, underscoring its importance in maintaining fleet readiness. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Multi-Channel Handheld Request for Information
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MCSC), is issuing a Request for Information (RFI) to gather industry feedback on a Multi-Channel Handheld (MCHH) capability. The MCHH is intended to meet Marine Corps operational requirements, including enhancements in National Security Agency (NSA) Communications Security (COMSEC) and improvements in size, weight, and power (SWaP) attributes, supporting both mounted and dismounted configurations for networkable command and control. Responses to this RFI, designated M67854-26-I-2011, are due by February 11, 2026, and should include detailed information on integrated solutions, device specifications, technological readiness levels (TRL of 6 or greater), reliability data, and existing government contracts. Interested parties can contact Ashley Northam at ashley.northam.civ@usmc.mil or Wanda Harner at wanda.harner@usmc.mil for further details and to request the attachment outlining specific operational requirements.