PD-71-0014; Land Based Engineering Site (LBES) 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) has issued a Sources Sought notice, PD-71-0014, for Land Based Engineering Site (LBES) Services. This is a market research effort to identify qualified contractors capable of providing engineering services for the outfitting and installation of Land Based Engineering Sites/Test Sites (LBES/LBTS). Capability statements are due by 6:00 PM EST on April 21, 2026.
Purpose & Scope
This notice serves as a market research tool to gather information for planning purposes, specifically to identify industry capabilities for a potential future requirement. The required support encompasses a broad range of engineering services, including:
- Management and installation integration support
- Outfitting, installation, and fabrication
- Test planning and execution support
- Material procurement incidental to installation
- Removal of land-based shipboard machinery systems and components
- Flushing, cable testing, and precision alignments
- Constructability support on drawing designs
Services will range from small test stands to full-scale replication of shipboard systems. Contractors must be capable of fabricating and assembling steel structures, equipment foundations, auxiliary skids, and storing items. Specific systems involved include Electrical Power, Gas/Steam Turbine Engines, Diesel Engines, Propulsion Motors, Control Networks, Machinery Shafting, Foundations, Structures, Piping, Water Chillers, HVAC, Outfitting, Hull/Deck Machinery, Auxiliary Equipment, Acoustic Systems, Enclosures, Damping Tiles, Seals, and Fire Detection/Protection Systems.
Anticipated Contract Details
The Government anticipates a future Cost-Plus-Fixed-Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary NAICS Code is 336611 (Ship Building and Repairing) with a $97M size standard, and the PSC/FSC is N066 (Installation of Equipment- Instruments and Laboratory Equipment). Incumbent contractors are VT Milcom, Inc. and Rhoads Industries, Inc.
Submission Requirements
- Response Due: April 21, 2026, 6:00 PM EST
- Submission Method: Email to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil
- Subject Line: N64498-26-RFPREQ-PD-71-0014
- Format: Capability statements not exceeding 5 double-spaced, single-sided pages.
- Required Content: Introduction (Sources Sought Number/Title), Corporate Description (company info, ownership type, POCs, CAGE/DUNS), and a detailed section on capabilities, experience, facilities, accounting system status, and prior experience examples.
Work Location & Eligibility
Primary performance will be at Government facilities in Philadelphia, PA, with an estimated 59% on-site and 41% off-site at the contractor's facility. Travel may be required. Interested parties should identify their business size (Small, SDB, 8(a), WOSB, HUBZone, SDVOSB) in their response; no specific set-aside is designated for this Sources Sought notice.
Important Note
This is for market research only and does not constitute a Request for Proposal or a commitment to procure. The Government will not pay for information received and will not compensate respondents for costs incurred.