SOURCES SOUGHT VIRGINIA & OHIO-CLASS LARGE VERTICAL ARRAY (LVA) BACK-FIT INSTALLATION
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 through a Sources Sought notice to identify qualified sources for the installation of the Large Vertical Array (LVA) on in-service U.S. Navy submarines. This effort aims to inform the Government's acquisition strategy, including potential for competitive procurement and small business set-asides. Responses are due by April 16, 2026.
Requirement Scope
NAVSEA seeks Alteration Installation Teams (AITs) to perform LVA back-fit installations, primarily during scheduled submarine availability periods at public naval shipyards. The scope involves structural modifications, handling and installation of LVA components, SUBSAFE and Level I material work, cabling installation (electrical and fiber optic), hazardous material handling, and post-installation testing. The Government will provide the array, fixtures, components, and technical data (SHIPALT/TRID drawings) as Government Furnished Material (GFM) and Information (GFI). Work locations include Portsmouth Naval Shipyard (PNSY), Pearl Harbor Naval Shipyard (PHNSY), Trident Refit Facility (TRF) Bangor, and Trident Refit Facility (TRF) Kings Bay. A SECRET facility clearance and personnel clearances are required.
Industry Day & GFI Access
An Industry Day is scheduled for April 7, 2026, in a hybrid format (in-person and virtual). Registration is required by April 2, 2026. Presentations and discussions will be at the Controlled Unclassified Information (CUI) level. To receive GFI, interested parties must provide their CAGE code and affirm CUI protection capability via email, adhering to DFARS 252.204-7012 and NIST SP 800-171.
Submission Guidelines
Interested parties should submit a white paper (capability statement) by April 16, 2026, 4:00 PM EST. The white paper, limited to 15 pages, must include:
- Company Information: Name, Address, CAGE, DUNS, POC, Facility Clearance, FSO, Classified Mailing Info.
- Business Size: Under NAICS 336611.
- Capability & Experience: AIT installations, SUBSAFE/Level I work, LMA integration, SUBSAFE approach (if not certified), workforce, supply chain management.
- Past Performance: 2-3 relevant projects from the last 7 years.
- Special Contract Requirements. Responses and questions must be submitted via DOD SAFE.
Important Notes
This is a market research tool for informational purposes only and does not constitute a solicitation or commitment to contract. No costs incurred in response will be reimbursed. Future solicitations will be posted separately on PIEE/SAM.gov.