USS CINCINNATI (LCS 20) FY27 Docking Selected Restricted Availability (DSRA) and USS CANBERRA (LCS 30) FY27 Docking Selected Restricted Availability (DSRA) Sources Sought
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 this Sources Sought announcement to identify industry capability and interest for the FY27 Docking Selected Restricted Availability (DSRA) for the USS CINCINNATI (LCS 20) and USS CANBERRA (LCS 30). This effort focuses on dry-dock and pier-side maintenance, repair, and alterations for these vessels on the West Coast. NAVSEA is particularly interested in determining small business capability and interest. Responses are due by February 25, 2026, at 4 PM Local Time, Washington D.C.
Scope of Work
The anticipated work includes comprehensive dry-docking and pier-side maintenance, repair, and alterations for both LCS vessels. Key areas of work, as outlined in Enclosures (1) and (2), include:
- Hull Structure: Weld repair, watertight door/hatch repair, underwater hull preservation, anode replacement, and ride control system repair.
- Propulsion Plant: Lube oil cooler cleaning/repair, shaft alignment verification, thrust bearing block assembly replacement, and waterjet/shaft assembly replacement.
- Electric Plant: Cableway inspection/repair, circuit breaker repair, and generator support system repair.
- Command and Surveillance: Radar turntable/antenna replacement, Echosounder transducer replacement, and decoy launcher installation.
- Auxiliary Systems: Insulation/lagging repair, exhaust ventilation cleaning, A/C condenser cleaning, and sea valve repair/replacement.
- Outfit and Furnishings: Deck covering, flight/hangar deck non-skid replacement, and hull insulation replacement.
- Modernization: Various upgrades including L&S Modernization, A/C Plant Chill Water Pumps Replace, and 57MM Deck Protection Mod.
Anticipated Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm-Fixed Price
- Anticipated Period of Performance: March 2027 – April 2028 for each DSRA (subject to change).
- Anticipated RFP Release: On or around April 2026 (subject to change).
- NAICS Code: 336611 (Ship Building and Repairing), with a small business size standard of 1,300 employees.
Submission Requirements
Interested parties must submit a notice of interest on company letterhead by February 25, 2026, at 4 PM Local Time, Washington D.C. via email to Brian Romano (brian.c.romano.civ@us.navy.mil) and Nelimar Munoz-Martinez (nelimar.munoz-martinez.civ@us.navy.mil).
- For companies with current NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR): Include company name, CAGE, UEI, and indicate interest in solicitation N0002426R4441.
- For Small Businesses (regardless of MSRA status) and companies without MSRA/ABR: Include company name, CAGE, UEI, a brief description of capabilities, and answers to specific questions regarding business size, employee count, website, dry-dock/pier capabilities, past performance, organization/experience, MSRA/ABR certification, and historical experience with similar work. Responses are limited to five pages.
Important Notes
This is a sources sought announcement for market research purposes only and is not a Request for Proposal (RFP). The Government will not pay for any effort expended in response to this announcement. Information provided will be treated as Business Sensitive or Confidential.