8/6/25 - Amendment 1: Updated paragraph 5 Submission Instructions to "Interested parties are requested to identify themselves by August 13, 2025 to assist the Government in understanding the range of available resources. Completed responses are requested by August 21, 2025." AND added last sentence to paragraph 6 to include clarification of the Navy's intent to use support contractors to assist in evaluating data received from responses.
1. Introduction:
Naval Sea System Command (NAVSEA) and PMS 347, the Medium Landing Ship Program Office, are seeking information from qualified and experienced firms interested in providing vessel construction management (VCM) services for the construction of the Landing Ship Medium (LSM) Block 1. This RFI is for informational and planning purposes only and does not constitute a Request for Proposal (RFP) or a commitment to award a contract. Information obtained from this RFI may be used to develop future solicitations.
2. Project Description:
LSM Block 1 intends to utilize a build-to-print technical data package to construct Non-Developmental Landing Vessels as quickly as possible. These vessels are designed to transport personnel, equipment, and vehicles, and land them ashore at unimproved beaches during amphibious operations. The vessels will be between 300 feet and 350 feet in overall length, and displace between 4,000 and 6,000, tons fully loaded. A technical data package to support the construction will be provided by the Government. The construction will take place at one or more United States shipyards that the VCM will recommend to the Government. The Government and VCM will work collectively to select construction yards to balance capability, industrial base, cost and speed to delivery. The anticipated construction period for each ship is 32-36 months. The Government desires to award up to eight vessels for construction and deliver them all within six years of the VCM selection. Options for additional quantities are also likely to be included.
3. Scope of Work:
The VCM services are expected to include the following:
- Award of contracts for construction of multiple LSM vessels.
- Overseeing and managing all aspects of vessel construction, including planning, scheduling, budgeting, and quality control.
- Monitoring shipyard performance against the contract requirements and reporting production status and metrics to the Government.
- Providing technical expertise and guidance to the shipyards.
- Performing configuration management of the vessel design across multiple build yards.
- Negotiating pricing for Long Lead Time and Economic Ordering Quantity materials.
- Managing risks and issues related to vessel construction.
4. Information Requested:
Interested firms are requested to provide the following information:
- Company Profile: Overview of your company's experience, capabilities, and qualifications in vessel construction management, including relevant past performance on similar projects (particularly US Navy, other military, or Government shipbuilding programs).
- Pricing methodology: Outline of your proposed pricing approach for the LSM Block 1 construction program, including potential pricing structure that could reduce VCM cost to the government.
- Technical Expertise: Description of your technical expertise and resources related to LSM or similar vessel construction, including experience with build-to-print vessel production.
- Management Approach: Outline of your proposed management approach for the LSM Block 1 construction program, including organizational structure, communication protocols, and quality control processes.
- Key Personnel: Identification of key personnel who would be involved in the project, including their qualifications and experience.
- Past Performance: Provide details of at least three (3) relevant past performance projects, including client references and contact information.
- Small Business Status (if applicable): Indicate your company's size and socio-economic status (e.g., Small Business, Woman-Owned Small Business, etc.) and any relevant certifications.
- Perceived Risk: Identify any concerns or areas of risk you may have based on the Navy’s project description/scope of work provided in this RFI.
5. Submission Instructions:
Please submit responses to this RFI via e-mail to elizabeth.feliciano-hernandez.civ@us.navy.mil and nicholas.w.boyles.civ@us.navy.mil in two parts.
Interested parties are requested to identify themselves by August 13, 2025 to assist the Government in understanding the range of available resources. Completed responses are requested by August 21, 2025.
6. Disclaimer:
This RFI is for informational purposes only and does not constitute a solicitation. NAVSEA and PMS 347 reserve the right to use the information received to develop future solicitations. Issuance of this RFI does not obligate PMS 347 or NAVSEA to issue a solicitation or award a contract. PMS 347 nor NAVSEA will not reimburse respondents for any costs associated with preparing a response to this RFI.
The Navy may use support contractors to assist in evaluating data received via this RFI. Submitting a response constitutes consent to allowing support contractors to review data submitted in response to this RFI.