SOURCES SOUGHT VIRGINIA & OHIO-CLASS LARGE VERTICAL ARRAY (LVA) BACK-FIT INSTALLATION

SOL #: N0002426R2699Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSEA HQ
WASHINGTON NAVY YARD, DC, 20376-5000, United States

Place of Performance

Washington, DC

NAICS

Ship Building and Repairing (336611)

PSC

Underwater Sound Equipment (5845)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 31, 2026
2
Last Updated
Apr 14, 2026
3
Response Deadline
Apr 23, 2026, 8:00 PM

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) is conducting a Sources Sought for Virginia & Ohio-Class Large Vertical Array (LVA) Back-Fit Installation services. This market research aims to identify qualified Alteration Installation Teams (AITs) for submarine hull modifications and LVA component integration. Responses are due April 23, 2026.

Purpose

This Sources Sought notice is issued by the Naval Sea Systems Command (NAVSEA) to conduct market research. The goal is to identify potential sources capable of performing LVA back-fit installations on in-service U.S. Navy submarines. The results will inform the government's acquisition strategy, including the feasibility of competitive procurement, small business set-asides, and the potential for a Multiple Award Contract (MAC).

Scope of Work

The government seeks qualified Alteration Installation Teams (AITs) to install the Large Vertical Array (LVA) during scheduled submarine availability periods at public naval shipyards. This effort involves major ship alterations (SHIPALT) but does not include nuclear power requirements. The government will provide the array, fixtures, components, and technical data as Government Furnished Material (GFM) and Information (GFI).

Key AIT responsibilities include:

  • Comprehensive project management and scheduling.
  • Structural modifications to submarine hulls (cutting, welding, fitting).
  • Handling and installation of large, heavy LVA components.
  • Performing SUBSAFE and Level I material work with auditable quality control.
  • Installation of polymer materials, including VIRGINIA-class Special Hull Treatment (SHT).
  • Complex cabling (electrical and fiber optic) installation.
  • Hazardous materials (HAZMAT) handling, storage, and disposal.
  • Post-installation testing and support for government certification.
  • Developing work packages, test procedures, and reports.
  • Interfacing with Lead Maintenance Activity (LMA) and shipyard personnel.

Work locations include Portsmouth, Pearl Harbor, Puget Sound Naval Shipyards, and Trident Refit Facilities at Bangor and Kings Bay. A SECRET facility clearance and personnel clearances are required.

Government Furnished Information (GFI)

Technical data, including SHIPALT/TRID drawings, technical specifications, and OEM manuals, will be provided to interested parties. Responders must affirm their ability to safeguard Controlled Unclassified Information (CUI) in accordance with DFARS Clause 252.204-7012 and NIST SP 800-171. To receive the GFI package via DOD SAFE, companies must email their CAGE code to the point of contact.

Industry Day

An Industry Day is scheduled for April 7, 2026, as a hybrid event (in-person and virtual). Registration is required by April 2, 2026, with a limit of two attendees per source. Questions can be submitted in advance via email by April 2, 2026, or asked during the event. All questions and answers will be published.

Response Guidelines

Interested parties must submit a white paper (capability statement) not exceeding 15 pages. The white paper should include:

  • Company Information (Name, Address, CAGE, DUNS, POC, Facility Clearance, FSO).
  • Business Size under NAICS 336611.
  • Capability & Experience (prime contractor experience for submarine AIT installations, SUBSAFE/Level I work, SHT/MIP material installation, LMA integration, SUBSAFE/SHT approach if lacking direct experience).
  • Workforce & Staffing (recruitment, training, retention, staffing levels near shipyards).
  • Supply Chain Management processes.
  • Past Performance (2-3 relevant projects from the last 7 years).
  • Special Contract Requirements.

Contract & Timeline

  • Opportunity Type: Sources Sought (Market Research)
  • Product Service Code: 5845 (Underwater Sound Equipment)
  • Response Due: April 23, 2026, 4:00 PM EST
  • Submission Method: Electronically via DOD SAFE to the points of contact.
  • Published Date: April 14, 2026

Important Notes

This is a Sources Sought notice for market research purposes only and is NOT a Request for Proposal (RFP). The government is not obligated to pay for any costs associated with responses, and responses do not guarantee inclusion in future solicitations. A future solicitation, if issued, will be announced separately on PIEE and SAM.gov.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Sources Sought
Posted: Apr 14, 2026
Version 2
Sources Sought
Posted: Apr 6, 2026
View
Version 1
Sources Sought
Posted: Mar 31, 2026
View