Opportunity

SAM #N0016426SNB53

Engineering and Program Management Support for DDG 51 Arleigh Burke Class Destroyer Program

Buyer

NSWC Crane

Posted

March 24, 2026

Respond By

April 08, 2026

Identifier

N0016426SNB53

NAICS

541611, 541330

This opportunity involves the U.S. Navy's Program Executive Office Ships (PEO Ships) PMS 400D seeking professional support services for engineering and program management related to the DDG 51 Arleigh Burke Class Guided Missile Destroyer program. - Government Buyer: - Department of the Navy, Naval Surface Warfare Center (NSWC) Crane Division, Program Executive Office Ships (PEO Ships) PMS 400D, and Program Manager, Ships (PMS 400D) - Scope of Services: - Engineering, technical, and management support for DDG 51 class destroyers - Task areas include: - Ship production planning and engineering - Systems engineering - Combat systems test engineering - Post-delivery planning, engineering, and management - Configuration and data management - Program information system support - Surge and special studies (option) - Anticipated total of 389,760 labor hours across junior, mid, and senior levels - Unique Requirements: - SECRET security clearance required - Cybersecurity workforce qualifications - Contractor must provide a design site near Washington Navy Yard - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Locations: - Primary work at Washington Navy Yard, DC - Additional performance at Bath, ME; Pascagoula, MS; Norfolk, VA; San Diego, CA; and other Navy shipyards and homeports - Contracting managed by NSWC Crane Division, IN - Target Respondents: - SeaPort-NxG Multiple Award IDIQ MAC holders - Feedback requested on draft Statement of Work, focusing on capabilities and requirement clarity

Description

N0016426SNB53– SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) PEO Ships PMS 400D SYSTEMS PROFESSIONAL SUPPORT SERVICES FOR ENGINEERING AND PROGRAM MANAGEMENT – R425 – NAICS 541330

SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI). Naval Surface Warfare Center (NSWC), Crane Division Contracting Department, Crane, IN on behalf of the Program Executive Office Ships (PEO Ships) PMS 400D is conducting market research and seeking information from industry in reference to the attached Draft Statement of Work (SOW). This Sources Sought/RFI is for PLANNING AND INFORMATIONAL PURPOSES ONLY.

PMS 400D requests feedback from SeaPort-NxG Multiple Award Indefinite Delivery Indefinite Quantity Contracts (IDIQ MACs) prime MAC holders ONLY to determine market capability for Professional Support Services for Engineering and Program Management. This support encompasses engineering analysis and recommendations for technical, logistical, and life cycle support for Guided Missile Destroyer USS Arleigh Burke (DDG-51).

The requirements consist of the following task areas:

Task 1 – Ship Production Planning and Engineering

Task 2 – Systems Engineering

Task 3 – Combat Systems Test Engineering

Task 4 – Post Delivery Planning, Engineering and Management

Task 5 – Engineering Services, Configuration and Data Management 

Task 6 – DDG 51 Class Program Information System Support (PMS-ES)

Task 7 – Surge and Special Studies

The Government anticipates the following labor levels and labor hours.

Labor Level

Relevant Years of Experience

Total Labor Hours (LHs)

Total Labor Hour Percentage

Junior

>1 year - ≤4 years

80,640.00

20.69%

Mid

>4 years - ≤10 years

192,000.00

49.26%

Low Senior

>10 years - >15 years

117,120.00

30.05%

Total

389,760.00

100.00%

This requirement is a follow-on to IDIQ/MAC No. N0017819D8498 Task Order No. N0016422F3012 awarded to SERCO INC.

NSWC Crane is requesting white paper responses from SeaPort-NxG prime MAC holders that detail their firm's capabilities.

Furthermore, this notice is published to conduct comprehensive market research in order to:

Determine the extent of small business concern participation available, whether as potential prime contractors or subcontractors. Promote competition for any subsequent solicitation.

Small Business respondents have the option to tailor their white paper submissions to address their specific capabilities within the Task Area(s) of the attached draft Statement of Work.

Respondents are advised that comments should be directed at the clarity, completeness, feasibility, and executability of the requirements as written, rather than proposing specific technical solutions, staffing models, or proprietary methods. The Government will review all submitted feedback in the aggregate, and this information will be used solely for the purpose of refining the draft Statement of Work. The submission of feedback is voluntary, does not constitute a competitive advantage in any future solicitation, and the Government will not attribute comments to individual respondents.

General Information and Disclaimer: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered proposals and no award will be made as a result of this notice. The Government is not obligated to and will not pay for information received in response to this notice. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Respondents will not be notified of the results of this RFI. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. When/if the Government issues an solicitation, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this RFI.

Responses: Respondents should submit responses in electronic format either Microsoft Office 2007 or later compatible and/or Adobe 8.0 or later compatible formats. Responses must:

Reference tracking number N0016426SNB53 Be provided electronically only to Bryan (Joe) Stratton @ email: bryan.j.stratton2.civ@us.navy.mil and Jonathan Dickinson @ email: jonathan.c.dickinson.civ@us.navy.mil no later than 8 April 2026. It should be noted that telephone replies will not be accepted. Include the name, position, telephone number, and e-mail address of the Industry Point of Contact (POC) for technical and contractual issues. Be typed in Times New Roman font with 12-point type size and not exceed 10 pages. A page is considered as one side of a sheet 8 ½ inches by 11 inches. Include the business size status of the prime and all anticipated team members. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Classified material SHALL NOT be submitted. Contractors are encouraged to submit requests for clarification of the tasking outlined that may not be clearly understood. ALL questions/requests for clarifications shall be submitted via the Seaport portal.

ATTACHMENTS:

Draft SOW

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in