Vertical Launching System (VLS) Launch Sequencer (LSEQ)
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 Department of the Navy (DON), specifically Naval Surface Warfare Center, Port Hueneme (NSWC PHD), has issued a Formal Synopsis and Draft Request for Proposal (RFP), concurrently serving as a Request for Information (RFI), for the Vertical Launching System (VLS) Launch Sequencer (LSEQ) program. This effort seeks to identify sources for the fabrication, assembly, test, and delivery of LSEQ MK 6 Mod 1 and associated Lowest Replaceable Units (LRUs) for the MK 41 VLS. This is a full and open competition for a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ). RFI responses are due April 14, 2026.
Purpose & Scope
This opportunity aims to procure LSEQ MK 6 Mod 1 NAVSEA p/n 8652144-19 and its LRUs, which are critical for managing and controlling missile launch sequences. The scope includes fabrication, assembly, testing, and delivery of these components. LRUs encompass ethernet switch modules, MEB, HEB, power tray module, relay module assembly, and single-mode fiber optic cable assemblies. Compliance with various military and industry standards (e.g., MIL-STD-109C, MIL-STD-1686C, WS 20130) and implementation of a Configuration Management program are required.
Contract Details
- Type: Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Prices (FFP) for orders.
- Anticipated Awards: Two or more IDIQ contracts.
- Maximum Contract Value (Draft): $349,988,248 (from Draft Solicitation).
- Ordering Period (Draft): Five years from MAC award effective date (anticipated Oct 1, 2026 - Sep 30, 2031).
- Minimum Order (Draft): $1,000.
- NAICS Code: 334519 (Other Measuring and Controlling Device Manufacturing) with a 500-employee size standard.
- Product Service Code: 5999 (Miscellaneous Electrical And Electronic Components).
- Place of Performance: Port Hueneme CBC Base, CA.
Set-Aside
This MAC is anticipated as a full and open competition. However, the Draft Solicitation indicates that competition for individual orders may be restricted to Small Businesses or other SBA small business designations.
RFI Submission Requirements
Interested parties must submit an RFI response, limited to 20 pages (8.5 x 11 inch, 10-point Times New Roman font), addressing:
- Company Information: Name, address, DUNS, CAGE, designated representative, and size status (e.g., 8(a), HUBZone, SDVOSB, WOSB, Large Business).
- Capability Statement: Demonstrate ability to manage as prime contractor, technical ability (including performing at least 50% of manufacturing cost for small business set-aside determination), and capacity to perform the draft SOW requirements. This includes completing Note B in Section B and Attachment J-1.
- Feedback/Questions: Regarding feasibility or challenges. Certification for ISO 2001:2015, 2008 or AS9100D is also required or a potential approach to achieving it.
Key Documents
- Draft Solicitation - N6339426R0005.pdf: Outlines anticipated requirements, contract details, and evaluation factors for the future RFP.
- N6339426R0005 Stepladder Attachment.xlsx: Pricing template for offerors to input proposed unit prices for various CLINs/SLINs, including stepladder pricing and quantities for base and option years.
Important Notes
This is a Draft Request for Proposal (RFP) and Request for Information (RFI) for market research purposes only. The Government is not currently soliciting proposals, and participation is voluntary. Information gathered will support the formulation of an acquisition strategy. Offerors must be registered in SAM.
Contact Information
- Contract Specialist: Michael Torres (michael.l.torres2.civ@us.navy.mil)
- Contracting Officer: John S. Carhart (john.s.carhart.civ@us.navy.mil)