Opportunity
SAM #N0002426R4415
USS WICHITA (LCS 13) FY27 DSRA Maintenance and Repair Market Research
Buyer
NAVSEA Headquarters
Posted
May 14, 2026
Respond By
May 29, 2026
Identifier
N0002426R4415
NAICS
336611
NAVSEA HQ is seeking industry sources for the upcoming FY27 Docking Selected Restricted Availability (DSRA) maintenance and repair of the USS WICHITA (LCS 13). - Government Buyer: - Naval Sea Systems Command (NAVSEA HQ), Department of the Navy - Contracting office located at 1333 Isaac Hull Ave SE, Washington Navy Yard, DC 20376 - Products/Services Requested: - Dry-dock and pier-side maintenance, repair, and alterations for USS WICHITA (LCS 13) - Includes: - Waterjet and shaft assembly change-outs - Underwater hull preservation - Superstructure painting - MPDE #1 replacement and casting plate change-out - Structural welding and fabrication (aluminum and steel) - MK 87 MOD 0 FRE OTH MLS HW installation - Multiple ship alterations (Zonal Ups, Tug Impact Reinforcement) - Tank preservation and repairs - Support for AIT integration - Contractor and government furnished material ordering and storage - Compliance with LCS-1 variant aluminum welding requirements per NAVSEA standards - Unique/Notable Requirements: - Access to dry dock certified to MIL-STD-1625D (SH) and pier space for LCS 1 class ship - Support for berthing barge Navy YRBM class mooring and pier/hotel services - Ability to establish land-based temporary off-ship berthing container units if Navy berthing barge is unavailable - Solicitation area is coast-wide (East/Gulf Coast), expanding from Naval Station Mayport, Jacksonville, FL if competition is insufficient - No specific OEMs or vendors are named in the notice.
Description
This is a sources sought announcement in accordance with FAR 15.201 and DFARS 210.001 in anticipation of a potential future procurement program. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in performing the FY27 Docking Selected Restricted Availability (DSRA) Chief of Naval Operations (CNO) availability of the USS WICHITA (LCS 13) under a Coast-wide (East/Gulf Coast) solicitation. NAVSEA is especially interested in determining small business capability and interest.
The Government is seeking responses from sources that can perform dry-dock and pier-side maintenance, repair, and alterations anticipated to be March 2027 to October 2027 (subject to change).
The Competition in Contracting Act (CICA) requires that full and open competition be used to the maximum extent practicable. Title 10 USC 8669a allows for the limitation of competition for "short term" availabilities to firms capable of performing the work within the homeport area, provided there is adequate competition among such firms. Per Navy policy, when adequate competition does not exist within the homeport area, the solicitation area to be considered will be expanded outward (from Naval Station Mayport, Jacksonville, FL, in this case) until expressions of interest from two or more qualified offerors, as determined by the Procuring Contracting Officer, are received. At this time, the resulting solicitation area is expected to be coast-wide (East/Gulf Coast).
The anticipated RFP release date is in third quarter of 2026 (subject to change).
The Government has provided an outline of some of the work anticipated to be completed under the expected USS WICHITA FY27 DSRA. The anticipated contract type will be firm-fixed price.
This availability will be a Firm-Fixed-Price (FFP) contract under the cognizance of NAVSEA. The DSRA is anticipated to include:
Waterjet and shaft assembly change-outs Complete Underwater Hull Preservation Super Structure Painting MPDE #1 replacement MPDE casting plate change-out Structural welding and fabrication (aluminum and steel) MK 87 MOD 0 FRE OTH MLS HW Install Multiple ship alterations (Ship Alts), including Zonal Ups, and Tug Impact Reinforcement Multiple tank preservation and repairs Full support for AIT integration, Contractor Furnished Material ordering and storage and Government Furnished Material (GFM) Compliance with LCS-1 variant aluminum welding requirements per applicable NAVSEA standards
What/Where to Submit
Interested companies should submit a letter of interest on company letterhead including:
Company name, address, Unique Entity Identifier (UEI), and CAGE code Primary point of contact: name, email, and phone number Business size/status under NAICS 336611 (a small business must have 1,300 or fewer employees) A written response to the following:
Does your company hold or a currently seeking a NAVSEA Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR)? If you are seeking an agreement, state when you have submitted the application. Do you have access to a dry dock, certified in accordance with MIL-STD-1625D (SH) at the time of award through the performance period, and pier space capable of accommodating an LCS 1 class ship with services and space requirements, e.g., security, Ships Force parking, office spaces, etc. Provide a description of the pier, dock and its location. What is your corporate experience performing LCS availabilities or comparable US Navy work within the past 3 years? Summarize. Are you capable of ordering and storing CFM and supporting and integrating in accordance with NSI 009-060 AIT production work within the production schedule? Does your company plan to submit a proposal in response to the anticipated solicitation? If you intend to submit a proposal as part of a joint venture or teaming agreement, so state. Does your company have or are you planning on obtaining any other commercial or Government ship repair commitments during this time frame that would require you to hire more employees in order to complete the availability on schedule? If so, identify those commitments. Does your facility support a crew berthing barge Navy YRBM class mooring adjacent to the work area and support providing pier/hotel services. In case a Navy berthing barge is not available, is pier laydown available to establish berthing barge equivalent land-based Temporary Off-Ship berthing container units? If so, provide dimensions of the potential laydown area available.
Responses are limited to five (5) pages. Responses shall be emailed to:
- Contract Specialist: Meghan Walsh, meghan.k.walsh4.civ@us.navy.mil
- Contracting Officer: Paul Kang, paul.k.kang.civ@us.navy.mil
Notice Regarding Sources Sought:
Please note that this sources sought is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind.
Other:
The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided.
Future information, if any, will be posted at beta.SAM.gov.
Contracting Officer Address:
NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Ave SE, Washington Navy Yard, DC 20376
Point of Contact:
Paul Kang, SEA 0244 Contracting Officer, paul.k.kang.civ@us.navy.mil
Meghan Walsh, SEA 0244 Contract Specialist, Meghan.k.walsh4.civ@us.navy.mil