Vertical Launching System (VLS) Launch Sequencer (LSEQ)
ID: N6339425R40003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERPORT HUENEME, CA, 93043-5007, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is conducting a Sources Sought notice to identify potential sources for the manufacture and delivery of the Vertical Launching System (VLS) Launch Sequencer (LSEQ) and associated components. The procurement encompasses the fabrication, assembly, testing, and delivery of various kits and modules, including Maintenance Assistance Module kits, Ethernet Switch Modules, and Missile Electronics Boxes, adhering to strict quality assurance and configuration management standards. This initiative is critical for maintaining and enhancing naval capabilities, ensuring compliance with military specifications and operational security. Interested parties are encouraged to submit their capability statements and company information to the primary contact, Michael Torres, at michael.l.torres2.civ@us.navy.mil, with responses limited to 20 pages and due by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) seeks proposals for the Vertical Launching System (VLS) Launch Sequencer (LSEQ) MK 6 Mod 1 and associated Lowest Replaceable Units (LRUs). The contractor will be responsible for fabrication, assembly, testing, and delivery in accordance with the Statement of Work (SOW), technical drawings, and specifications. Key requirements include configuration management adhering to MIL-STD and ANSI/EIA-649 standards, comprehensive testing (including First Article Inspection and Physical Configuration Audit), and stringent quality assurance measures compliant with ISO 9001. The contract has a one-year base period and four option years, with specific Contract Line Item Numbers (CLINs) for various components and services. The SOW also emphasizes counterfeit material prevention, risk management, environmental compliance, and operational security. The Government retains unlimited rights to technical data and will conduct regular program reviews.
    Lifecycle
    Title
    Type
    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.
    MODULE ASSEMBLY,JET
    Buyer not available
    The Defense Logistics Agency (DLA) Land and Maritime is seeking sources for the procurement of approximately 320 units of the MODULE ASSEMBLY, JET, identified by NSN 1720-012204591, under a Total Small Business Set-Aside. This procurement is critical for aircraft launching and recovery equipment, emphasizing the need for compliance with stringent quality and technical requirements, including documentation for source approval and adherence to specific packaging and inspection standards. Interested vendors are encouraged to respond to the Sources Sought Notice by completing the attached market survey and submitting it to Nathanial Young at nathanial.e.young@dla.mil by December 15, 2025, to facilitate the government's acquisition decisions.
    66--SURGE LIMIT ASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a Surge Limit Assembly, identified by NSN 7H-6625-014787592, under a presolicitation notice. The procurement involves a total quantity of five units, which will be delivered to designated DLA distribution centers in New Cumberland, PA, and Tracy, CA. This assembly is critical for electrical and electronic properties measuring and testing instruments, and the government has determined that it is uneconomical to reverse engineer or purchase the data rights for this part. Interested parties should contact Jessica L. Harpel at (215) 697-2995 or via email at JESSICA.L.HARPEL2.CIV@US.NAVY.MIL for further details, and proposals must be submitted within 45 days of this notice to be considered.
    SEAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of spare parts under the title "SEAL." This solicitation requires vendors to provide items that necessitate government source approval prior to award, and interested parties must submit their proposals along with the necessary documentation as outlined in the NAVSUP WSS source approval brochure. The procurement is critical for fleet support needs, and early and incremental deliveries are preferred to ensure timely fulfillment of government requirements. Interested vendors should direct their quotes and inquiries to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by the specified due date.
    59--ELECTRONIC COMPONEN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 12 units of an electronic component identified by NSN 7H-5998-012394130. The procurement is for supplies that the Government intends to solicit and negotiate with only one source, as it has been determined that it is uneconomical to acquire the data or rights necessary for competitive procurement. This component is critical for military applications, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, interested vendors can contact Troy L. Cobaugh at (717) 605-1514 or via email at TROY.COBAUGH@NAVY.MIL.
    SPRRA224R0088 MLRS SPARES
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.
    Solicitation N0038323RC442
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a critical safety item (CSI) used in shipboard aircraft launch and recovery systems, identified by NSN 7R-1720-011581698-VX. This solicitation requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, which must include detailed technical data and compliance with stringent quality assurance and inspection requirements. The contract is a rated order under the Defense Priorities and Allocations System (DPAS), emphasizing the importance of timely delivery and adherence to specific packaging and shipping instructions. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and must direct inquiries to Timika Nicholson at (215) 697-2582 or via email at TIMIKA.D.NICHOLSON.CIV@US.NAVY.MIL.
    PWB LIN SVO V AMPL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of PWB LIN SVO V AMPL, a component critical for marine applications. The contract requires the manufacture and delivery of this item, adhering to strict quality and inspection standards, with a desired delivery timeline of 260 days from the contract award. This procurement is vital for maintaining operational readiness within the Navy's fleet, emphasizing the importance of quality assurance and compliance with military specifications. Interested vendors should submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    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.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.