USS ST LOUIS (LCS 19) FY27 DSRA

SOL #: N00024-26-R-4407Sources Sought

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Ship Building and Repairing (336611)

PSC

Non Nuclear Ship Repair (East) Ship Repair (Including Overhauls And Conversions) Performed On Non Nuclear Propelled And Nonpropelled Ships East Of The 108th Meridian (J998)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 21, 2025
2
Last Updated
Dec 9, 2025
3
Response Deadline
Dec 6, 2025, 5:00 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.

This is a sources sought announcement in accordance with FAR 15.201 and DFARS 210.001 in anticipation of a potential future procurement program. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in performing the FY27 Docking Selected Restricted Availability (DSRA) Chief of Naval Operations (CNO) availability of the USS ST LOUIS (LCS 19). NAVSEA is especially interested in determining small business capability and interest.   

IAW with 10 USC 8669a, and associated Department of Navy ship depot maintenance policy, the Department of the Navy is seeking expressions of interest in accomplishing the USS ST LOUIS (LCS 19) FY27 DSRA with place of performance within an area concentrically located to Naval Station Mayport, Jacksonville, FL. The area to be considered will concentrically expand outward from Naval Station Mayport, Jacksonville, FL until expressions of interest from two or more qualified offerors, as determined by the procuring Contracting Officer, are received. If no expressions of interest are received within the expanded concentric circles, the Navy intends to issue a coastwide solicitation. 

The Government is seeking responses from sources that can perform dry-dock and pier-side maintenance, repair, and alterations anticipated to be 07 December 2026 to 27 August 2027 (subject to change).  

The anticipated RFP release date is in January 2026 (subject to change). 

Background: 

This availability will be a Firm-Fixed-Price (FFP) contract under the cognizance of NAVSEA. The DSRA is anticipated to include: 

  • Waterjet and shaft assembly change-outs 

  • Complete Underwater Hull Preservation 

  • Super Structure Painting 

  • MPDE #1 replacement 

  • MPDE casting plate change-out 

  • Structural welding and fabrication (aluminum and steel) 

  • MK 87 MOD 0 FRE OTH MLS HW Install 

  • Multiple ship alterations (Ship Alts), including Zonal Ups 

  • Multiple tank preservation and repairs 

  • Full support for AIT integration, Contractor Furnished Material ordering and storage and Government Furnished Material (GFM) 

  • Compliance with LCS-1 variant aluminum welding requirements per applicable NAVSEA standards 

What/Where to Submit 

Interested companies should submit a letter of interest on company letterhead including: 

• Company name, address, Unique Entity Identifier (UEI), and CAGE code 

• Primary point of contact: name, email, and phone number 

• Business size/status under NAICS 336611 (a small business must have 1,300 or fewer employees) 

• A written response to the following:  

  1. Does your company hold or are you currently seeking a NAVSEA Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR)? If you are seeking an agreement, state when you have submitted the application. 
  2. Do you have access to a dry dock, certified in accordance with MIL-STD-1625D (SH) at the time of award through the performance period, and pier space capable of accommodating an LCS 1 class ship with services and space requirements, e.g., security, Ships Force parking, office spaces, etc. Provide a description of the pier, dock and its location.  
  3. What is your corporate experience performing LCS availabilities or comparable US Navy work within the past 3 years? Summarize. 
  4. Are you capable of ordering and storing CFM and supporting and integrating in accordance with NSI 009-60 AIT production work within the production schedule? 
  5. Does your company plan to submit a proposal in response to the anticipated solicitation? If you intend to submit a proposal as part of a joint venture or teaming agreement, so state. 
  6. Does your company have or are you planning on obtaining any other commercial or Government ship repair commitments during this time frame that would require you to hire more employees in order to complete the availability on schedule? If so, identify those commitments. 
  7. Does your facility support a crew berthing barge Navy YRBM class mooring adjacent to the work area and support providing pier/hotel services. 
  8. In case a Navy berthing barge is not available, is pier laydown available to establish berthing barge equivalent land-based Temporary Off-Ship berthing container units? If so, provide dimensions of the potential laydown area available. 

Responses are limited to five (5) pages. Responses shall be emailed to:  

- Contract Specialist: Meghan Walsh, meghan.k.walsh4.civ@us.navy.mil 

Use subject line: “USS ST LOUIS (LCS 19) FY27 DSRA Sources Sought Response.” When to Submit: Responses are requested no later than 12:00 PM (noon), Eastern Time, on 06 December 2025. 

Notice Regarding Sources Sought:

Please note that this sources sought is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government of any kind.  

Other:  

The Government will not pay for any effort expended or any material provided in response to this announcement, or any follow-up information requests, nor will the Government return any data provided.  

Future information, if any, will be posted at beta.SAM.gov. 

Contracting Officer Address:

NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Ave SE, Washington Navy Yard, DC 20376 

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Pre-Solicitation
Posted: Dec 9, 2025
View
Version 1Viewing
Sources Sought
Posted: Nov 21, 2025
USS ST LOUIS (LCS 19) FY27 DSRA | GovScope