Synopsis- 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) intends to award a Cost-Plus Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract on a sole source basis to L3 Technologies, Inc. for legacy Integrated Communications System (ICS) services and supplies. This presolicitation notice is for market research purposes, and capability statements are due by April 17, 2025.
Opportunity Details
This proposed contract action is for the maintenance and support of critical ICS capabilities used onboard current equipment, specifically for Virginia and Columbia Class Submarines. The Government has determined that L3 Technologies, Inc. is the only responsible source capable of meeting the technical, operational, and schedule requirements, citing 10 U.S.C. 3204(a)(1). Any other source would result in substantial duplication of costs and an unacceptable 168-month delay, creating a significant mission capability gap.
Scope of Work
The contract will cover engineering, technical, and fabrication services for the ICS, including:
- Investigating, troubleshooting, and resolving issues with obsolete or failing parts.
- Designing, fabricating, testing, integrating, and installing remanufactured or modernized replacements.
- Developing and updating training materials and conducting training for system operation and maintenance.
- Performing in-service engineering, fleet introduction, installation, and checkout, including technical data analysis and failure analysis.
- Adherence to numerous DoD/Navy issuances and industry standards, including specific cybersecurity requirements.
Contract & Timeline
- Type: Cost-Plus Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Set-Aside: None (Sole Source)
- NAICS: 541330 ($25.5M Small Business Size Standard)
- Anticipated Solicitation Release: April 2026
- Anticipated Award Date: On or about December 1, 2026
- Contract Ordering Period: 5 years from award date
- Place of Performance: Contractor’s site, NUWCDIVNPT, and other locations including various Navy/DoD sites and shipboard.
Response Requirements
This is not a request for competitive proposals. However, responsible sources may submit a capability statement for consideration. The Government will not delay award based on these submissions. Capability statements must address:
- Demonstrated ability to provide trained and qualified personnel for legacy ICS services (PWS sections 4.1-4.8). (2-page limit)
- Description of facilities and special support equipment for the services (PWS sections 4.1-4.8). (2-page limit)
Submission Details
- Capability Statements Due: No later than 1400 EST on Friday, April 17, 2025
- Submit To: Maria D. Diaz-Sotomayor at maria.d.diaz-sotomayor.civ@us.navy.mil