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 Department of the Navy (NAVSEA HQ) is conducting market research through a Sources Sought notice to identify qualified sources for the Large Vertical Array (LVA) Back-Fit Installation on in-service Virginia & Ohio-Class submarines. This effort seeks Alteration Installation Teams (AITs) capable of performing complex structural modifications and installations. Responses in the form of a white paper are due by April 16, 2026.
Scope of Work
NAVSEA is seeking experienced AITs to install the LVA, a submarine hull-mounted acoustic array, during scheduled submarine availability periods at public naval shipyards. The scope involves major ship alteration (SHIPALT) work, excluding nuclear power requirements.
Key responsibilities include:
- Project Management: Comprehensive planning, scheduling (IMS), and reporting.
- Structural Modifications: Cutting, welding, and fitting for hull alterations.
- LVA Component Installation: Handling and installation of large, heavy LVA components.
- Quality Control: Performing SUBSAFE and Level I material work with auditable quality control.
- Material Installation: Installation of Special Hull Treatment (SHT) materials and similar polymers.
- Cabling: Running and connecting complex electrical and fiber optic cabling.
- Logistics: Handling and disposal of hazardous materials (HAZMAT).
- Testing & Certification: Post-installation testing and support for government-led certification.
- Documentation: Developing work packages, test procedures, and reports.
- Coordination: Interfacing with Lead Maintenance Activity (LMA) and shipyard personnel.
Work will be performed at Portsmouth Naval Shipyard (PNSY), Pearl Harbor Naval Shipyard (PHNSY), Trident Refit Facility (TRF) Bangor, and TRF Kings Bay. A SECRET facility clearance and personnel clearances are mandatory.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: None specified
- Response Due: April 16, 2026 (for white papers)
- Published: April 6, 2026
- Industry Day: April 7, 2026, in Washington D.C. and virtually. Registration required by April 2, 2026.
Requested Information
Interested parties must submit a white paper (capability statement) not exceeding 15 pages by April 16, 2026. The white paper should detail:
- Company Information: Name, Address, CAGE, DUNS, POC, Facility Clearance, FSO, Classified Mailing Address.
- Business Size: Under NAICS 336611 (Ship Building and Repairing).
- Capability & Experience: Specific experience with AIT installations, SUBSAFE/Level I work, SHT/MIP installation, LMA integration, approach for SUBSAFE/SHT if direct experience is lacking, workforce, and supply chain management.
- Past Performance: 2-3 relevant projects.
- Special Contract Requirements.
Additional Notes
This is solely a market research effort; it is NOT a Request for Proposal (RFP). The government will not reimburse costs for responses. To receive Government Furnished Information (GFI), including technical drawings, companies must email their CAGE code and affirm their capability to safeguard Controlled Unclassified Information (CUI) per DFARS Clause 252.204-7012 and NIST SP 800-171. Responding to this notice does not guarantee inclusion on a bidders list or receipt of a future solicitation.