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 Naval Surface Warfare Center, Port Hueneme (NSWC PHD) is conducting market research through a Formal Synopsis and Draft Request for Proposal (RFP) for a Vertical Launching System (VLS) Launch Sequencer (LSEQ) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ). This effort seeks to identify qualified sources for the fabrication, assembly, test, and delivery of VLS LSEQ MK 6 Mod 1 and associated Lowest Replaceable Units (LRUs) for the MK 41 VLS. Responses to this Request for Information (RFI) are due April 14, 2026.
Purpose & Scope
The LSEQ plays a critical role in managing and controlling the sequence of events for safe and successful missile launches. The requirement covers the fabrication, assembly, testing, and delivery of VLS LSEQ MK 6 Mod 1 (NAVSEA p/n P/N 8652144-19) and its associated LRUs, which include ethernet switch modules, MEB, HEB, power tray module, relay module assembly, and single-mode fiber optic cable assemblies. Compliance with various government and industry standards (e.g., MIL-STD-109C, MIL-STD-1686C, WS 20130) and implementation of Configuration Management, First Article Inspection (FAI), and Physical Configuration Audits (PCA) are expected.
Contract Details
- Type: Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Prices (FFP).
- Estimated Value: Up to $349,988,248 (from Draft Solicitation).
- Ordering Period: Five years from the effective date of MAC award (anticipated PoP: 01 Oct 2026 to 30 Sep 2031).
- Set-Aside: Full and Open Competition for the MAC. The future solicitation may elect to restrict competition for individual orders to Small Businesses or other SBA designations.
- NAICS: 334519 (Size Standard: 500 employees).
- Place of Performance: Port Hueneme CBC Base, CA.
RFI Response Requirements
Interested parties must submit an RFI response addressing:
- Company Information: Name, address, DUNS, CAGE, and size status (e.g., 8(a), HUBZone, Large Business).
- Capability Statement: Demonstrate ability to manage as prime contractor, technical ability (including performing at least 50% of manufacturing cost), and capacity. This includes completing Note B in Section B and Attachment J-1 (pricing template) based on capabilities.
- Certifications: Certification, or approach to achieving, ISO 2001:2015, 2008 or AS9100D.
- Feedback/Questions: Regarding feasibility or challenges.
RFI responses are limited to 20 pages (8.5 X 11 inch, 10-point Times New Roman font).
Evaluation (from Draft RFP)
The future solicitation anticipates evaluation based on Total Price, Past Performance, and Technical Capability. Price will be evaluated for reasonableness, but price or cost realism will not be conducted. Offerors must be registered in SAM.
Key Dates & Contacts
- RFI Response Due: April 14, 2026, 21:00 UTC.
- Published: April 10, 2026.
- Primary Contact: Michael Torres (michael.l.torres2.civ@us.navy.mil).
- Secondary Contact: John Carhart (john.s.carhart.civ@us.navy.mil).
Important Note
This is a Draft Request for Proposal (RFP) and a Request for Information (RFI) for market research purposes only. The Government is not currently soliciting proposals, and participation is voluntary. Information gathered will inform the acquisition strategy.