ContractSources Sought

Vertical Launching System (VLS) - Plenum and Lower/Upper Uptake

DEPT OF DEFENSE N6339425R4005
Response Deadline
Oct 5, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Sources Sought

Contract Opportunity Analysis

The Department of Defense, through the Naval Surface Warfare Center (NSWC) at Port Hueneme Division, is seeking qualified sources for the fabrication, assembly, testing, delivery, and final acceptance of Vertical Launching System (VLS) Plenum and lower/upper Uptake components. This Request for Information (RFI) aims to gather market insights and identify potential contractors capable of meeting stringent requirements, including adherence to quality control, configuration management, and environmental compliance standards. The VLS components are critical for naval operations, necessitating rigorous testing and compliance with ITAR regulations, as well as specific fabrication requirements for high-yield strength steel structures. Interested parties should submit their responses, including company information and capability statements, to the primary contact, Vi Tran, at vi.t.tran3.civ@us.navy.mil, with a copy to Nayneet Kaur at nayneet.kaur.civ@us.navy.mil, by the specified deadline, noting that responses are limited to 20 pages.

Classification Codes

NAICS Code
332999
All Other Miscellaneous Fabricated Metal Product Manufacturing
PSC Code
1440
LAUNCHERS, GUIDED MISSILE

Solicitation Documents

1 Files
N6339425R40005_VLS_Plenum and UpperLower Uptake_DRAFT_SOW.pdf
PDF491 KBSep 19, 2025
AI Summary
This Statement of Work (SOW) outlines the requirements for fabricating, assembling, testing, and delivering Vertical Launching System (VLS) Plenum and lower/upper Uptake components for the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD). The contractor must adhere to various government and industry standards, including rigorous quality control, configuration management, and environmental compliance. Key requirements include First Article Inspection (FAI), Physical Configuration Audits (PCA), strict anti-counterfeit measures, and comprehensive testing, including ablative bonding inspections. The contractor is responsible for all tooling, maintaining manufacturing processes, managing subcontractors, and providing detailed documentation and reports throughout the contract lifecycle. Compliance with ITAR and specific fabrication requirements for high-yield strength steel structures are also mandated.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 19, 2025
deadlineResponse DeadlineOct 5, 2025
expiryArchive DateOct 19, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
COMMANDING OFFICER

Point of Contact

Place of Performance

Port Hueneme CBC Base, California, UNITED STATES

Official Sources