Opportunity

SAM #N00024-26-R-4441

NAVSEA Solicitation for DSRA Services for USS CINCINNATI (LCS 20) and USS CANBERRA (LCS 30)

Buyer

NAVSEA Headquarters

Posted

April 15, 2026

Respond By

April 30, 2026

Identifier

N00024-26-R-4441

NAICS

336611

This opportunity involves the planned procurement by the Naval Sea Systems Command (NAVSEA HQ) for Docking Selected Restricted Availability (DSRA) services for two Littoral Combat Ships in fiscal year 2027. - Government Buyer: - Naval Sea Systems Command (NAVSEA HQ), Department of the Navy - Scope of Work: - DSRA for USS CINCINNATI (LCS 20) and USS CANBERRA (LCS 30) - Includes all labor, supervision, production, testing, and quality assurance required for ship maintenance, repair, and modernization - Objective is to return both vessels to mission-ready status - Contract Details: - Anticipated Firm-Fixed Price contracts - Requires contractors with significant ship repair and modernization capabilities - Competition will be open on a West Coast-wide basis, not limited to homeports - OEMs and Vendors: - No specific OEMs, part numbers, or vendors are identified, as the procurement is for comprehensive services rather than discrete products - Unique Requirements: - Contractors must have substantial human resources and technical expertise in naval ship maintenance and modernization - Work must meet Chief of Naval Operations (CNO) Availability standards - Place of Performance: - Work location(s) to be determined; contracting office is NAVSEA HQ, Washington Navy Yard, DC

Description

USS CINCINNATI (LCS 20) FY27 Docking Selected Restricted Availability (DSRA) and USS CANBERRA (LCS 30) FY27 Docking Selected Restricted Availability (DSRA)

The Naval Sea Systems Command (NAVSEA) intends to issue solicitation N00024-26-R-4441 for the execution of the USS CINCINNATI (LCS 20) FY27 Docking Selected Restricted Availability (DSRA) and USS CANBERRA (LCS 30) FY27 Docking Selected Restricted Availability (DSRA). Upon a contractor’s completion of these Chief of Naval Operations (CNO) availabilities, the ships shall be capable of carrying out their respective missions with a reasonable expectation of maintaining a satisfactory condition of readiness until the next CNO-scheduled depot Availability.

USS CINCINNATI (LCS 20) FY27 DSRA: 13 months (subject to change) USS CANBERRA (LCS 30) FY27 DSRA: 12 months (subject to change)

If the Navy issues a solicitation for the CNO Availabilities, the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy Marine Corp Acquisition Regulation Supplement (NMCARS) will guide the acquisitions. The two (2) anticipated contracts, like all other CNO-scheduled depot Availabilities, would be supply contracts. The supply that would be procured is a repaired, mission-ready ship, which shall be returned to service with the fleet.

The anticipated scope of the procurement includes all labor supervisions, production, testing, and quality assurance necessary to prepare for and accomplish these CNO Availabilities. These CNO availabilities are expected to require a highly capable contractor with substantial human resources capable of completing, coordinating and integrating multiple areas of ship maintenance, repair and modernization.

10 USC 8669a allows for the limitation of competition for “short term” Availabilities (18 months or less) to the homeport, provided there is adequate competition. Despite these Availabilities being less than 18 months in duration, the Navy would compete the acquisition on a coast-wide basis (West), without limiting the place of performance to the ship’s homeport.

The Navy will issue the solicitation electronically via PIEE and interested parties must comply with that solicitation. Interested offerors are hereby encouraged to monitor PIEE and www.SAM.gov for the anticipated release of the solicitation, and any associated amendments. Offerors shall be registered in the Solicitation Module in System for Award Management (SAM) to be eligible for award.

This synopsis is issued in accordance with FAR 5.203(a) and shall not be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not accept proposals as a result of this synopsis. The Government will not reimburse respondents for any questions submitted or information provided in response to this notice.

The Government anticipates issuing two (2) Firm-Fixed Price awards on or around 9 November 2025.

View original listing