FMS LCS Working Group
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 - Philadelphia Division (NSWCPD) anticipates awarding a sole source task order to FMSNA for FMS LCS Working Group services. This presolicitation outlines the requirement for supporting the Isotta-Fraschini 1708C2ME8 engine line within the Littoral Combat Ship (LCS) Class Freedom Variant. The award will be made via Basic Ordering Agreement (BOA) N64498-23-F-4304. Responses are due by March 31, 2026.
Scope of Work
The contractor will provide non-personal services for the FMS LCS Working Group #4, focusing on technical discussions and resolutions for engine-related issues. Key activities include:
- Conducting twenty-four (24) formal LCS Working Group meetings (12 Technical, 12 Provisioning).
- Facilitating technical discussions and documenting Technical Inputs (TIs) related to engine maintenance, logistics, supply, and development projects.
- Scheduling, planning, hosting, and administering meetings, primarily via Microsoft Teams.
- Developing and distributing meeting announcements, agendas, updated Action Item Registers, and Meeting Minutes.
- Adjudicating open Technical Inputs between meetings and submitting them as technical reports (CDRL A005).
Specific Technical Inputs (TIs) to be addressed include:
- Engine Exhaust System Maintenance Standard development.
- Revisions to existing Maintenance Standards for Fuel Injector, Intercooler, Cylinder Head, and Jacket Water Cooler.
- Feasibility study and design for replacing Seawater and Fuel Flex Hoses with rigid piping.
- Updating 8000-hour maintenance replacement parts and provisioning data.
- Replacing the existing Water-In-Fuel (WIF) sensor.
- Analysis of prototype Nova Swiss fuel lines.
Contract & Timeline
- Type: Presolicitation (Sole Source Task Order)
- Contract Vehicle: Basic Ordering Agreement (BOA) N64498-23-F-4304
- Set-Aside: None specified (Sole Source)
- Product Service Code: J028 (Maintenance, Repair And Rebuilding Of Equipment: Engines, Turbines, And Components)
- Period of Performance: Twelve (12) months from award.
- Place of Performance: Contractor's facility.
- Response Due: March 31, 2026, 8:00 PM EDT
- Published: March 18, 2026
Performance Standards & Deliverables
Deliverables must comply with applicable Data Item Descriptions (DIDs) and Contract Data Requirements Lists (CDRLs), evaluated on Accuracy, Clarity, Consistency, File Editability, and Timeliness. Key deliverables include Monthly Progress Reports (CDRL A001), Trip Reports (CDRL A002), and Technical Reports (CDRL A005).
Additional Notes
This is a firm-fixed price contract for non-personal services. Contractor personnel must identify themselves as such and comply with Operations Security (OPSEC) and Controlled Unclassified Information (CUI) requirements (NIST SP-800-171, DoDI 5200.48). Travel costs must be included in the contractor's proposal if necessary.
Contact: Joseph O'Donnell (joseph.j.odonnell@navy.mil).