This is not a Request for Proposal and award of a contract will not be made as a result of this Request for Information (RFI). The Advanced Propulsor Management Office (Code 808) in the Naval Architecture and Engineering Department (Department 80) of the Naval Surface Warfare Center, Carderock Division (NSWCCD) requests assistance from industry for conducting market research to identify vendors that are currently qualified or are able to become qualified to manufacture and deliver VIRGINIA Class (VCS) Tailcones.
The purpose of this RFI is to conduct market research by soliciting industry comments and feedback. Market research will determine potential socio-economic small and large businesses interested in, and capable of, providing the support services identified herein. This posting is issued in accordance with the requirements of Federal Acquisition Regulation (FAR) Part 10.
NSWCCD intends to fulfill this requirement via a competitive source selection. The anticipated award date is April 2026.
Responses should include the following:
1. Cover letter, not to exceed one (1) page that includes:
- 1.Organization name, CAGE Code, and address
- 2. Point of contact name and contact information
- 3. Size and type of organization, including if applicable U.S. small business or other status
- 4. Brief statement of interest that indicates the organization’s interest in applying as a prime or subcontractor.
2. Interested parties shall provide a response (not to exceed 30 pages) to the following questions:
A. Provide a summary of capabilities to manufacture and deliver VIRGINIA Class submarine Advanced Material (AM) Tailcone Version 5 (V5) assemblies in accordance with the Statement of Work (Attachment 1). The summary must include a description of the equipment, facilities and personnel (including requisite qualifications) to be utilized throughout the manufacturing and delivery of the VCS Tailcones.
B. Describe any teaming agreements or concur with capabilities available in-house necessary to to manufacture and delivery VIRGINIA Class (VCS) Tailcones.
3. Describe prior experience and capabilities (providing specific examples) to manufacture and delivery VIRGINIA Class (VCS) Tailcones.
4. Confirm understanding that all parts to be manufactured will be classified as CONFIDENTIAL, provide facility security clearances, and state willingness to comply with all security requirements upon award. Describe current DCSA-approved facilities and computing resources to manufacture and delivery VIRGINIA Class (VCS) Tailcones. If facilities/resources are not currently cleared to the CONFIDENTIAL level, indicate interest in receiving appropriate certification.
5. Provide alternative recommendations and/or concerns regarding the intended contract type or/and CLIN structure.
6. Describe any potential costs and time necessary to increase or improve current capabilities to meet the requirements of this RFI. Costs shall include facility improvements, necessary personnel changes (including qualifications) and all applicable equipment costs. Time shall include facility procurement, installation and testing requirements.