System Support on Welin Lambie davits onboard LHD, LCS-2 variant, CVN 78, and LSD Class ships
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 a Sources Sought market research effort to identify qualified sources for system support on Welin Lambie davits across various U.S. Navy vessels (LHD, LCS-2 variant, CVN 78, and LSD Class ships). This includes procurement, maintenance, repair, and overhaul services for specific davit models. Responses are due by March 17, 2026, at 1400 EST.
Scope of Work
NAVSEA is seeking contractors capable of providing expert services related to Welin Lambie LUM 12A, FAO 10A, UDTD 3.2A, and PIV 3.6E davits. The scope includes, but is not limited to:
- Procurement, receipt, storage, and shipment of davit materials.
- Direct, on-site, shipboard support for assessments, diagnostics, troubleshooting, repairs, overhauls, maintenance, and removal/installation.
- Davit upgrades and overhauls to restore material condition and operational functionality.
- Provision of training, inspection, labor, and material to resolve in-service problems.
- Technical logistics and engineering services for inspections, parts recommendations, warehousing, new davit installations, and Fleet Response Plan training.
- Repair and rebuild services for the specified davits.
- Response to emergent actions on short notice.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ) with a one-year base and four one-year option periods is being contemplated. Industry feedback on contract type is requested.
- Set-Aside: None specified.
- Response Due: March 17, 2026, at 1400 EST.
- Published: February 27, 2026.
Evaluation
This is a Sources Sought notice for information and planning purposes only. Responses will inform NAVSEA's acquisition strategy, particularly regarding the desire for a prime contractor capable of direct work or with limited subcontracting, to improve efficiency. This is not a request for proposal and does not guarantee a future solicitation or award.
Submission Requirements
Interested parties must submit a comprehensive Capabilities and Capacity Statement (max 20 pages, 7.5GB) detailing:
- Intent to bid as a prime contractor.
- Outline of in-house vs. subcontracted resources, including infrastructure, project management, qualified personnel (with QA experience for davit materials), and financial resources.
- Description of how OEM system and component drawings will be attained (Navy will not provide proprietary data).
- Relevant past performance (last 5 years) for davit projects, including scope, dollar value, location, and POCs. Private industry projects are acceptable if no U.S. Navy experience, with an explanation of relevance.
- Company information: Name, address, contacts, website, business size (NAICS 336611), socioeconomic status, CAGE, and UEI.
Submissions should be specific and not generalized. Mark all proprietary information. Electronic submissions via encrypted email to LCDR James Jurugo (data.j.jurugo.mil@us.navy.mil) and CDR Gregory Sceviour (gregory.p.sceviour.mil@us.navy.mil) or via DOD SAFE.