Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) for Outsourcing Work from Chief of Naval Operations (CNO) Availabilities on all Submarines
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 Sea Systems Command (NAVSEA) is conducting a Sources Sought for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) to outsource work from Chief of Naval Operations (CNO) availabilities on nuclear-powered submarines (SSNs, SSBNs, SSGNs). This market research aims to identify industry capabilities for repair, maintenance, and modernization across various Navy shipyards and facilities. Responses are due February 27, 2026.
Purpose & Scope
NAVSEA seeks to identify qualified contractors, particularly small businesses, for discrete and non-discrete production work. The scope includes:
- Existing Requirement #1: Rolling admissions for the current MAC IDIQ (N00024-25-R-4321) for Fast Attack Submarines (SSNs) at Norfolk, Puget Sound, Pearl Harbor, and Portsmouth Naval Shipyards.
- New Requirement #2: Expanding scope to include Ballistic Missile Submarines (SSBNs) and Guided Missile Submarines (SSGNs) at all four public shipyards, Trident Refit Facilities (Kings Bay, GA; Bangor, WA), Naval Submarine Base New London, CT, and Naval Base Point Loma, CA.
- New Requirement #3: Expanding scope for SSNs at Trident Refit Facilities (Kings Bay, GA; Bangor, WA), New London, CT, and Point Loma, CA.
Work categories include preservation, structural/non-destructive testing (NDT), shipboard work, electrical services, fire/tank watch, component repair, and engineering/technical support. Offerors are not required to have their own drydock.
Contract Structure
The MAC IDIQ will utilize a two-tier structure:
- Critical (Lot 1): Involves critical submarine systems (e.g., VLS, ship control, torpedo tubes, hydraulics). This tier will be awarded through full and open competition.
- Non-Critical (Lot 2): Involves non-critical systems, requiring fewer specialized capabilities. This tier will be a small business set-aside under NAICS code 336611.
Delivery orders will be competed among MAC IDIQ awardees over a four-year base period with three additional option years.
Submission Requirements
Interested parties must submit an expression of interest on company letterhead via email. Responses should be limited to 10 pages and include:
- Company details (Name, CAGE, UEI, POC, Website, Small Business designation, Employees).
- Indication of interest in specific work categories, Lots (1 or 2), and Requirements (1, 2, or 3).
- Examples of relevant and recent (within three years) past performance, including work on nuclear-powered submarines or other vessels/private industry.
- Details on joint ventures/teaming arrangements, security clearance, and ability to meet CMMC Level 2.
Key Dates
- Response Due: February 27, 2026, 10:00 PM EST
- Published: February 5, 2026
Additional Notes
This is a Sources Sought notice for market research only and does not constitute a solicitation or guarantee a future procurement. No reimbursement for response costs.