RFI- Sole Source - Integrated Communication Systems (ICS)
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 Undersea Warfare Center Division, Newport (NUWCDIVNPT) has issued a Special Notice (RFI) to challenge its intent to award a sole-source Indefinite Delivery/Indefinite Quantity (ID/IQ) contract modification to L3 Technologies, Inc. for legacy Integrated Communications System (ICS) services and hardware. The Navy seeks capability statements from interested parties, including Sparton, to demonstrate their ability to meet the requirements outlined in the Performance Work Statement (PWS). Submissions are due by March 12, 2026, at noon.
Purpose
NUWCDIVNPT intends to award a sole-source ID/IQ contract modification to L3 Technologies, Inc. under the authority of DFARS 206.302-1, citing L3 as the only responsible source capable of meeting technical, operational, and schedule requirements for the ICS. The Government asserts that any other company would cause an unacceptable 168-month delay to first production unit delivery, leading to a significant mission capability gap and substantial duplication of costs. This notice invites industry to challenge this assessment.
Scope of Work
The PWS outlines requirements for engineering, technical, and fabrication services for the ICS used onboard Virginia and Columbia Class Submarines. The primary objective is to investigate, research, troubleshoot, analyze, and resolve problems related to obsolete or atypically failing parts within the ICS. This includes the design, fabrication, testing, integration, and installation of remanufactured, redesigned, or modernized replacements for obsolete ICS components such as cabinets, racks, cabling, distributed communications equipment, wireless communications equipment, software, and interfaces. Tasks will be initiated via Technical Instructions (TIs).
Contract & Timeline
- Type: Special Notice (RFI for Sole Source ID/IQ modification)
- Incumbent (Intended): L3 Technologies, Inc.
- Set-Aside: None specified
- Product/Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components)
- Response Due: March 12, 2026, at noon
- Published: March 3, 2026
- Place of Performance: Primarily Newport, RI, with potential work at various domestic and international locations including Norfolk, VA; Groton, CT; Charleston, SC; Washington, DC; Pearl Harbor, HI; San Diego, CA; Guam; Yokosuka, Japan; Kingsport, WA; and Naples, Italy.
Submission Requirements
Interested parties, including Sparton, are invited to submit capability statements via email to Maria Diaz-Sotomayor (maria.d.diaz-sotomayor.civ@us.navy.mil) that demonstrate their ability to fulfill the requirements as defined in the attached PWS. Submissions will help the Government finalize its determination regarding this critical Navy need.
Additional Notes
This notice is for informational and market research purposes only. All questions regarding this requirement should be directed to Maria Diaz-Sotomayor.