Vertical Launching System Structural Assembly
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 Surface Warfare Center, Port Hueneme Division (NSWC PHD), under the Department of the Navy, is conducting market research via a Request for Information (RFI) to identify qualified sources for the potential future procurement of Vertical Launching System (VLS) Structural Assembly components. This includes Outer Board Assembly and Structure Lower A/B-Side parts. Responses will help determine Small Business set-aside opportunities. Responses are due February 24, 2026.
Purpose
This RFI, issued per FAR 15.201(e), is for informational and planning purposes only and does not constitute a solicitation or commitment to award a contract. The Government seeks to identify responsible sources capable of manufacturing VLS structural assemblies and will use responses to assess potential Small Business set-aside categories under NAICS Code 336414 (Guided Missile and Space Vehicle Manufacturing).
Scope of Work
The RFI focuses on the fabrication, assembly, testing, and delivery of VLS Outer Boards and Structures, specifically part numbers 6539759-9, 6539761-9, 5599357-39, and 5599356-19. These components integrate into a single, rigid, shock-qualified launcher module. The associated draft Statement of Work (SOW) outlines requirements for manufacturing to government and industry standards (e.g., MIL-STD, ANSI, ISO, SAE), including First Article Inspection (FAI), Physical Configuration Audits (PCA), production environmental testing, and quality assurance conforming to ANSI/ASQC Q9001 or ISO 9001. Other key requirements include configuration management, ESD protection, environmental compliance, Operational Security (OPSEC), and International Traffic in Arms Regulations (ITAR) compliance.
Response Requirements
Interested parties must submit:
- Company Information: Name, address, DUNS, CAGE, POC, and size status (e.g., 8(a), HUBZone, SDVOSB, WOSB, Large Business) under NAICS 336414.
- Capability Statement: Demonstrate ability to manage as prime contractor, technical ability (including performing at least 50% of manufacturing cost for Small Businesses), capacity, and certification (or approach to certification) for ISO 2001:2015, 2008 or AS9100D.
- Feedback/Questions: Regarding feasibility or challenges of the work. Responses are limited to 20 pages (8.5 X 11 inch, 10-point Times New Roman font). Proprietary information must be clearly marked.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS: 336414 Guided Missile and Space Vehicle Manufacturing
- Set-Aside: Small Business set-aside opportunities are being considered.
- Response Due: February 24, 2026, 22:00 UTC
- Published: February 9, 2026
Contact Information
Submit responses and questions to Christopher Dela Cruz (christopher.r.delacruz.civ@us.navy.mil), with a copy to Ashley Yosuico Krasnoff (ashley.y.krasnoff.civ@us.navy.mil).