Operations and Sustainment (O&S) for the Littoral Combat Ship Mission Modules (LCS MM) and Small Unmanned Surface Vessels (sUSV)
ID: N00024-25-R-6311Type: Presolicitation
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

SPECIALIZED SHIPPING AND STORAGE CONTAINERS (8145)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a full-and-open competitive solicitation for Operations and Sustainment (O&S) services related to the Littoral Combat Ship Mission Modules (LCS MM) and Small Unmanned Surface Vessels (sUSV). This procurement aims to fulfill the operational and sustainment requirements necessary for the effective deployment of LCS MM and sUSV, which play a critical role in enhancing naval capabilities against asymmetric threats in congested littoral regions. Interested parties should monitor the Governmentwide Point of Entry at https://sam.gov for the solicitation release, expected in the first quarter of fiscal year 2026, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, potential respondents can contact Caryl Williams at caryl.a.williams.civ@us.navy.mil or Cassandra Brese at cassandra.j.brese.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, titled "Solicitation N00024-25-R-6302 & 6311 LCS MM Hardware Production / O&S Support Question and Comment Template," serves as a standardized form for companies to submit questions and comments regarding a draft Statement of Work. This template is designed to facilitate feedback on solicitations for federal government RFPs related to hardware production and operations and sustainment support. Companies are required to provide their name, the date of submission, and specific details such as the source document, page number, and section/paragraph pertaining to their question or comment. The template also prompts for a proposed action or change in response to the feedback. While company names are required for internal tracking, any public postings to a Government Point of Entry (GPE) site will be non-attributional. This structured approach ensures a clear and organized method for industry to engage with the government on critical procurement documents.
    This government file, Attachment 4, outlines the "Terms of Use Agreement" for accessing sensitive data related to N00024-25-R-6302 and N00024-25-R-6311, likely pertaining to federal RFPs for Sustainment and Hardware Production. It details strict conditions for recipients, covering data usage, disclosure restrictions, and destruction protocols. Key restrictions include prohibitions on public release without prior consent, foreign disclosure (NOFORN), and unauthorized subcontractor sharing. The agreement mandates compliance with various regulations such as the Arms Export Control Act, Freedom of Information Act exemptions, and DFARS clauses. Recipients must maintain copy and destruction logs, destroy data within 30 days of contract award (unless awarded the contract), and provide specific identification information. The document emphasizes the "as is" nature of the data and requires explicit acknowledgment and acceptance of these terms.
    The document pertains to Solicitation N00024-25-R-6302 & 6311 related to LCS MM Hardware Production and Operational Support. It provides a framework for companies to submit questions and comments regarding the Draft Statement of Work. Companies are instructed to fill out a template that includes details such as item number, date, company name, and relevant sections from the source document. The template emphasizes non-attributional submissions to protect company identities in public postings. Companies are encouraged to provide questions or suggestions for improvements in relation to specified sections of the document, facilitating a constructive dialogue with the government. This solicitation process illustrates the government's method for gathering industry feedback to refine its requirements effectively. By encouraging companies to ask clarifying questions and propose actionable changes, the document aims to enhance the government's ability to meet mission objectives through effective collaboration. The non-attribution policy also fosters openness in communication, ensuring that potential contractors can freely express their insights and concerns. Overall, this document serves as a guide for potential bidders to engage with the federal solicitation process meaningfully.
    The document outlines the Terms of Use Agreement associated with access to technical data and documents for two Draft Statements of Work (SOW) related to military contracts (N00024-25-R-6302 and N00024-25-R-6311). It emphasizes strict adherence to export control laws, particularly the Arms Export Control Act, and mandates that all data received must be utilized solely for generating questions and responses related to the RFP. Key restrictions include prohibitions on the duplication, unauthorized disclosure, and transmission of sensitive data outside the U.S. Additionally, the document mandates rigorous procedures for data destruction, record-keeping of copies made, and compliance with relevant regulations, such as the National Industrial Security Program and NIST guidelines for protecting Controlled Unclassified Information (CUI). The Recipient must provide specific identification information and acknowledge acceptance of these terms. Overall, this document establishes the legal framework and operational protocols required for handling sensitive government documents within the context of federal contracting, ensuring the protection of national security interests while facilitating contractor engagement.
    Similar Opportunities
    Unmanned Maritime Systems (UMS) Support
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC). This opportunity is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and requires responses to be submitted via the PIEE solicitation module. The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing reliance on unmanned systems in maritime environments. Interested parties should contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil for further details, as the solicitation is part of a previously posted effort under the number N6133125R3009.
    USS AUGUSTA (LCS 34) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the USS AUGUSTA (LCS 34) FY26 Docking Selected Restricted Availability (DSRA) under solicitation N00024-26-R-4420. The procurement requires a contractor to provide comprehensive maintenance, modernization, and repair services, including the furnishing of materials, support, and facilities necessary for various work items such as missile launching system refurbishment and temporary services. This contract is critical for ensuring the USS AUGUSTA is delivered mission-ready by the completion date, with a single award anticipated around May 2026. Interested contractors must register in the System for Award Management (SAM) and may contact Jack Klipfel at jack.a.klipfel.civ@us.navy.mil or Brian Romano at brian.c.romano.civ@us.navy.mil for further details and access to solicitation documents.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    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.
    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.
    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.
    USNS LARAMIE ROH/DD FY 26
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS LARAMIE ROH/DD FY 26, focusing on shipbuilding and repair services. This procurement aims to address the maintenance and repair needs of the USNS LARAMIE, ensuring its operational readiness and longevity. The services sought are critical for maintaining the fleet's capabilities and supporting naval operations. Interested contractors can reach out to Caren Edanol at caren.l.edanol.civ@us.navy.mil or by phone at 757-341-6709 for further details regarding the solicitation process.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    Specification Development & Availability Execution Support (SDAES) Intent to Consolidate
    Buyer not available
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), intends to consolidate the contract requirements for Specification Development and Availability Execution Support (SDAES) related to various classes of in-service ships. This consolidation aims to streamline the development of work specifications for ship repair, enhancing standardization and sustainability across the portfolio of work for classes including CG, DDG, LHD, LHA, LSD, LPD, and LCS. The initiative is designed to improve quality, schedule adherence, and fleet readiness, ultimately benefiting the Government through measurable efficiencies. For further inquiries, interested parties may contact Jessica Zhang at jessica.p.zhang.civ@us.navy.mil or Kathryn Corvello at kathryn.f.corvello.civ@us.navy.mil, though this announcement does not constitute a solicitation or commitment to award a contract.
    USS ROBERT SMALLS (CG 62) FY26 6A1 BUNDLE 1
    Buyer not available
    The Department of Defense, through NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the repair and alteration of the USS ROBERT SMALLS (CG 62) under the FY26 6A1 Bundle 1 contract. The procurement involves a firm fixed-price job order for various maintenance tasks, including the repair of the ship's sewage system and scaffolding installation, with a performance period from January 26, 2026, to March 20, 2026, at the Commander, Fleet Activities Yokosuka Naval Base in Japan. This contract is critical for ensuring the operational readiness of naval vessels and requires offerors to possess an active Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) to be eligible for award. Interested contractors must submit their proposals by December 9, 2025, and can access detailed work specifications through a secure U.S. Government repository by requesting access via email. For further inquiries, contact Shouko Sekido at shouko.sekido.ln@us.navy.mil or Neil Flint at neil.s.flint.civ@us.navy.mil.