Vertical Launching System (VLS)-Deck and Hatch Assembly (Assy)
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) anticipates soliciting a Firm Fixed Price Single Award Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract for the procurement of Vertical Launching System (VLS) Deck and Hatch Assemblies. This requirement, previously subject to a sources sought notice, will be conducted as a full and open competition. The Request for Proposal (RFP) is expected to be issued around May 2026.
Scope of Work
This contract will cover the manufacture, assembly, and testing of VLS Deck and Hatch Assemblies to support the MK 41 VLS Production Program. Key aspects include:
- Fabrication, assembly, testing, and delivery of VLS Deck and Hatch Assemblies.
- Meeting form, fit, and function requirements as defined in the Technical Data Package (TDP).
- Performing First Article Inspection (FAI) in accordance with SAE Aerospace Standard AS9102 Rev A.
- Manufacturing process control, including material procurement, fabrication, assembly, inspection, and testing.
- Implementing a Failure/Defect Reporting and Corrective Action System (FACAR).
- Compliance with environmental regulations, hazardous waste control, safety standards, and International Traffic in Arms Regulations (ITAR).
- Production environmental testing as specified by the TDP or WS 20130.
Contract & Timeline
- Contract Type: Firm Fixed Price Single Award Indefinite-Delivery-Indefinite-Quantity (IDIQ)
- Duration: 5-year ordering period
- Set-Aside: Full and Open Competition
- NAICS Code: 332999 (750 employees size standard)
- Anticipated RFP Issue: On or around May 2026
- Published Date: April 28, 2026
- Place of Performance: Port Hueneme CBC Base, CA (for NSWC PHD, contractor facility for manufacturing)
Special Requirements
Drawings will be provided to JCP-registered requestors via DoD SAFE once the RFP is posted to PIEE. One or more items under this acquisition are subject to Free Trade Agreements. Contractors must adhere to strict configuration management, minimize counterfeit parts, provide technical/administrative/management support for government inspection, and supply special tooling, test equipment, and gauges. A Quality Control Program Plan and adherence to ANSI/ASQC Q9001 or ISO 9001 are required.
Contact Information
- Primary: Jerome Pita (jerome.r.pita.civ@us.navy.mil)
- Secondary: Nayneet Kaur (nayneet.kaur.civ@us.navy.mil)