PD-52-0031; L3 Services
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) is issuing a Sources Sought notice for L3 Services, seeking information from businesses capable of providing engineering, training, technical publication development, program management, and technical services for surface vessel Ship Navigation, Steering Control, and Machinery Control Systems. This is for market research purposes only to inform a potential future Cost Plus Fixed Fee IDIQ contract. Responses are due by February 12, 2026.
Scope of Work
The required services support all phases of ship lifecycle, including research, development, testing, engineering, and fleet support. Key activities include providing subject matter expertise, remote and onsite technical support, ship checks, V&V testing, installation oversight, trade studies, system design, technical documentation, operational and maintenance training, technical publication creation/updates, program management, prototype development, system troubleshooting, and procurement of incidental materials. The primary place of performance is anticipated to be the contractor's facility (e.g., L3 facilities in Ayer, MA), with potential travel to various CONUS and OCONUS government sites.
Anticipated Contract Details
- Type: Sources Sought (market research)
- Anticipated Contract Type: Cost Plus Fixed Fee IDIQ
- Anticipated Period of Performance: Five (5) years (12-month base + four 12-month option periods)
- Anticipated RFP Issuance: May 2026
- PSC Code: R425 (Engineering And Technical Services)
- NAICS Code: 541330
Submission Requirements
Interested businesses must submit a Capability Statement (maximum 10 pages) via email to jenny.e.tomeo.civ@us.navy.mil by 06:00 PM EST, February 12, 2026. The subject line must be "N64498-26-RFPREQ-PD-52-0031". The statement should address the ability to manage the task as a prime contractor, technical ability to perform at least 50% of the cost with own employees, and capacity (magnitude, equipment, facilities, staff size).
Eligibility & Special Requirements
All interested businesses are encouraged to respond, including HUBZone, 8(a) Small Disadvantaged Businesses (SDB), and Service Disabled Veteran-Owned Small Businesses (SDVOSB). Respondents must identify their small business socio-economic categories. Personnel will require a Secret security clearance, and all proposed personnel must be U.S. citizens. The contract will be for non-personal services. The incumbent contractor is L3 Technologies, Inc.
Important Notes
This notice is for market research only and does not constitute a Request for Proposal or a commitment by the Government. The Government will not pay for any information received.