Sources Sought Notice for USS MICHAEL MONSOOR (DDG 1001) CNO Availability
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 is conducting market research through a Sources Sought Notice to identify qualified sources for a Chief of Naval Operations (CNO) Availability for the USS MICHAEL MONSOOR (DDG 1001). This effort involves significant modernization and maintenance, primarily to integrate the Conventional Prompt Strike (CPS) capability by removing the Advanced Gun System (AGS) and installing the Large Missile Vertical Launch System (LMVLS). Responses are due by April 29, 2026, at 1400 EST.
Scope of Work
The CNO availability for DDG 1001 requires capabilities for dry-docking and pier-side maintenance, repair, and extensive modernization. Key tasks include:
- CPS Installation: Reclaiming forward spaces by removing the AGS and installing the LMVLS.
- Crane Capacity: Ability to support LMVLS unit installation or onload/offload of Advanced Payload Modules (APM) and Ballast Cannisters.
- Significant Work Items: AGS mount removal, CPS installation, relocation of main engine intakes, Propulsion Seawater (PSW) Modification, and Total Ship Computing Environment (TSCE) Tech Refresh.
- Facility Requirements: Detailed in Enclosure (1), including pier length, electrical capacity, potable water, firefighting seawater, sewage disposal, and dry dock support.
- Estimated Hours (Enclosure 1): Approximately 320,000 hours for repair/maintenance and 1,000,000 hours for modernization.
Contract & Timeline
- Type: Sources Sought / Market Research
- Duration: Anticipated phased MP increments (four total), ranging from five to eight months, beginning mid-FY27 through mid-FY31.
- Set-Aside: Based on responses, this requirement may be set aside for small business or procured through full and open competition. Small businesses must address the FAR 52.219-14 50% performance rule.
- Response Due: April 29, 2026, at 1400 EST
- Published: April 8, 2026
Evaluation
Responses will inform the Government's market research to assess industry capacity for the scope and scale of work, corporate resources (financial, human capital, technical), and project management capabilities (program schedules, cost containment, performance tracking, risk mitigation). This is a voluntary submission; the Government assumes no financial responsibility.
Submission Instructions
Interested parties should submit tailored capability statements addressing the requirements, facility capacity (including crane information), and MSRA Status. If significant subcontracting (>20%) is anticipated, administrative and management structures should be detailed. Responses must be emailed to Brian Romano (brian.c.romano.civ@us.navy.mil) and James Thomas (james.c.thomas118.civ@us.navy.mil) with the subject "Solicitation N00024-26-R-4443". For files over 5 MB, request a DoD SAFE submission link. An Industry Day may be announced later.