COLUMBIA-Class Tailcone Request for Information (RFI)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center Carderock Division (NSWCCD) is conducting a Request for Information (RFI) for the manufacture of up to eight (8) COLUMBIA Class submarine Tailcone Kits. This RFI is for market research purposes to gather industry feedback on a DRAFT Statement of Work (SOW) and inform the procurement strategy for a future full and open competition solicitation. The anticipated contract will be a mixed Fixed-Price-Incentive-Fee (FPIF) Firm Target and Cost-Plus-Fixed-Fee (CPFF) type, with one base year and up to four one-year options. Responses are due by February 27, 2026, 5:00 PM EST.
Purpose
This RFI is not a request for proposals or quotations. Its primary purpose is to provide the DRAFT SOW for industry review and comment. The Government will use responses from both small and large businesses to assess capabilities and make informed decisions regarding the procurement strategy for the upcoming solicitation.
Scope of Work
The future contract will require the contractor to:
- Manufacture, paint, and deliver COLUMBIA Class Tailcone Kits (DWG No. 324561000), meeting all specified requirements and modifications.
- Deliver a minimum of one (1) Tailcone Kit in year one, with options for up to seven (7) additional kits.
- Provide a final certification package (CDRL A001).
Optional Services may include:
- Engineering Services: Support for COLUMBIA Class Propulsor related design review, design change, or other engineering tasks (estimated 1200 hours/year).
- Manufacturing Plan Development: Outline processes, facilities, personnel, and qualifications (CDRL A002).
- Other Direct Costs (ODCs): Up to $250K per year ceiling, subject to Government approval.
- Travel: Within CONUS to monitor subcontractors.
Contract Details
- Type: Request for Information (RFI) for a future mixed FPIF Firm Target and CPFF contract.
- Competition: Full and Open.
- NAICS Code: 336611 - "Ship Building and Repair".
- Anticipated Duration: One base year and up to four one-year options.
- Place of Performance: Primary agency location is St James, MD, with potential CONUS travel for optional services.
- Security Requirement: Personnel and storage capabilities will require a CONFIDENTIAL clearance (DD254 will be provided).
Response Requirements
Interested parties must submit responses electronically to sam.a.keith.civ@us.navy.mil and abeer.j.ameer.civ@us.navy.mil, including:
- Company name, website, and physical address.
- Point of contact, phone number, and e-mail address.
- CAGE number (if applicable) and DUNS number.
- Company size (e.g., small business, large business, small disadvantaged business).
- Company capability statement/description of technical capabilities and experience.
- Any comments on the proposed SOW and/or potential barriers to proposing.
Note: Contact the Contract Specialist or Contracting Officer for the applicable classified drawing, providing your company's CAGE code for a security check.
Key Dates
- RFI Response Due: February 27, 2026, 5:00 PM EST.
- Published: February 3, 2026.
Contact Information
- Primary: Abeer Ameer (abeer.j.ameer.civ@us.navy.mil, 301-275-4537)
- Secondary: Sam Keith (sam.a.keith.civ@us.navy.mil)