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) is conducting market research via a Request for Information (RFI) to identify qualified sources for a potential future procurement of Vertical Launching System (VLS) Structural Assembly components. Specifically, NSWC PHD is interested in the Outer Board Assembly, Lower A-Side (p/n 6539759-9), Outboard Assembly, Lower B-Side (p/n 6539761-9), Lower outboard Structure A-Side (p/n 5599357-39), and Structure Lower B-Side (p/n 5599356-19). This RFI is for planning purposes only and does not constitute a solicitation. Responses are due by February 17, 2026.
Scope of Interest
The VLS structural assembly integrates outer boards, lower boards, plenum, uptake assemblies, and internal supports into a single, rigid, shock-qualified launcher module. The attached draft Statement of Work (SOW) outlines requirements for the fabrication, assembly, testing, and delivery of the VLS Interface Test Set (ITS) MK 341 MOD 2 and associated Lowest Replaceable Units (LRUs, which provides context for the capabilities sought. This includes compliance with numerous Government and Industry standards (e.g., MIL-STD, ANSI, ISO, SAE), configuration management, and various testing protocols.
Capability Requirements
Interested parties must submit a Capability Statement addressing:
- Company Information: Name, address, DUNS, CAGE, representative, and company size status (e.g., 8(a), HUBZone, SDVOSB, WOSB, Large Business).
- Management Ability: Capability to manage as a prime contractor for tasks similar to the draft SOW.
- Technical Ability: Capacity to perform the requirement, including the ability to perform at least 50% of manufacturing costs (excluding materials) for Small Business set-aside determination.
- Capacity: Magnitude of tasking, equipment, facilities, and staff.
- Certifications: Current or potential approach to achieving ISO 2001:2015, 2008 or AS9100D certification.
- Feedback/Questions: Regarding feasibility or challenges of the work.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS: 336414 Guided Missile and Space Vehicle Manufacturing
- Product Service Code: 1440 Launchers, Guided Missile
- Response Due: February 17, 2026, 22:00 UTC
- Published: February 2, 2026
Set-Aside & Restrictions
Responses will be used to determine potential Small Business set-aside opportunities, with all categories considered. Small Business concerns must adhere to FAR 52.219-14, requiring at least 50% of manufacturing costs (excluding materials) to be performed by the concern. The Technical Data Package (TDP) for any future RFP is restricted by International Traffic in Arms Regulations (ITAR), requiring DLA Joint Certification Program approval for participation.
Submission Details
RFI responses are limited to 20 pages (8.5 X 11 inch, 10-point Times New Roman font). Submissions or questions should be emailed to Contract Specialist Christopher Dela Cruz (christopher.r.delacruz.civ@us.navy.mil) with a copy to Contracting Officer Ashley Yosuico Krasnoff (ashley.y.krasnoff.civ@us.navy.mil). Proprietary information must be clearly marked.