MK 48 Torpedo Intermediate Maintenance Activity (IMA) Torpedo Maintenance and Support NAVSUBTORPFAC Yorktown, Virginia
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 market research via a Sources Sought notice to identify potential sources for MK 48 Torpedo Intermediate Maintenance Activity (IMA) Torpedo Maintenance and Support at Navy Submarine Torpedo Facility (NAVSUBTORPFAC) Yorktown, VA. This effort seeks capabilities for maintenance and associated support services for various MK 48 Heavyweight Torpedo (HWT) variants. Responses are due by March 5, 2026, at 5:00 PM EDT.
Scope of Work
The requirement involves intermediate and progressive depot level maintenance and support for MK 48 MOD 6, MOD 6 Advanced Common Torpedo (ACOT), and MOD 7 Common Broadband Advanced Sonar System (CBASS) Warshot and Exercise variants. Services include:
- Guidance & Control, Fleet Exercise Section (FES), and Warhead I-Level Maintenance.
- Torpedo Online and Offline Maintenance, assembly, and testing.
- Torpedo Mounted Dispenser (TMD) Maintenance.
- Quality Assurance, including auditing, corrective/preventative actions, and inspector training.
- Progressive Depot Level Repair (PDLR) for electronic, mechanical, and electro-mechanical components.
- Test Equipment Maintenance, Modification, and Fault Isolation.
- Ordnance Handling Equipment (OHE) and Calibrated Equipment Management.
- Comprehensive Training Support and Supply chain management.
- Facilities/Environmental Management, including OTTO Fuel Reclaim System (OFRS) operation.
- Information Technology (IT) Support for NMCI/Nautilus and MK48 APCS.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type: Notional Cost-Plus-Incentive-Fee
- Duration: Base year + 4 option years (total 5 years)
- Estimated Level of Effort: Approximately 61 FTEs and 117,998 total hours per year.
- NAICS Code: 332993 (Size Standard: 1,500 employees)
- Set-Aside: None specified; small businesses are encouraged to respond and state self-performed work percentage.
- Response Due: March 5, 2026, 5:00 PM EDT
- Published: January 29, 2026
Submission Requirements
Interested parties must submit responses via email, limited to 15 pages (excluding cover page, 16 pages total), by the deadline. Submissions should include:
- Company information and Point of Contact.
- Business size relative to NAICS 332993.
- For small businesses, the percentage of self-performed work.
- A detailed narrative demonstrating knowledge, skills, and abilities to meet Attachment 1 requirements and how the notional staffing plan in Attachment 2 will be met.
- Documentation or examples of past HWT I-Level and PDLR Level Maintenance experience.
Additional Notes
This is for information and planning purposes only and does not constitute a solicitation or obligation. No proposals will be accepted, and no reimbursement for response costs will be provided. Responses will inform the acquisition strategy.