Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2026 SAM #8810
SOURCES SOUGHT

19 -- RFI/Sources Sought for US Navy Aircraft Carrier-specific Material and Repair Efforts

Notice Date
1/7/2026 2:32:33 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-26-I-4120
 
Response Due
2/7/2026 1:00:00 PM
 
Archive Date
02/22/2026
 
Point of Contact
Devon Peck, Phone: 2027810462, Tyler Pacak
 
E-Mail Address
devon.l.peck.civ@us.navy.mil, tyler.p.pacak.civ@us.navy.mil
(devon.l.peck.civ@us.navy.mil, tyler.p.pacak.civ@us.navy.mil)
 
Description
Sources are sought for one or more Basic Ordering Agreements (BOAs) for unique US Navy Aircraft Carrier specific shipbuilder coded stock and specialized material as well as routine and emergent repairs. Sources are asked to address their capability to perform the following: Emergent Repair Work: Responsiveness to urgent repair needs, potentially including pier-side berthing support. Battle Damage Assessment (BDA) and Repair: Rapid assessment and execution of battle damage repair efforts. Material Procurement: Streamlined acquisition of necessary materials and components. Routine Maintenance and Modernization: Scheduled maintenance activities and implementation of modernization upgrades. Engineering Support: Provision of engineering services in support of repairs. PLEASE NOTE: Under these orders, material purchases are restricted to unique nuclear-powered carrier specific shipbuilder coded stock and specialized material which is� not available through the Navy stock system, regular material purchasing channels, or otherwise commercially available for purchase; in support of an emergent need; and, to be ordered in limited quantities. The BOAs are only to purchase coded unique parts and specialized material(s)required to support operational nuclear-powered repair or maintenance needs, in limited quantities, after DLA, NAVSUP, or other regular supply channels are exhausted. Any respondent must control an inventory management system and a stock of parts and supplies required for carriers. Any respondent must have the ability to obtain unique emergent parts and materials on a rapid response short turnaround basis, which is critical to carrier operational readiness. Orders may be in support of Intermediate Maintenance Facilities, , Defense Logistic Agency (DLA), Navy Inventory Control Point (NAVICP), Supervisor of Shipbuilding (SUPSHIP), and/or various Naval Shipyards and their affiliated support facilities. When directed by an appropriate order, the Contractor shall provide the applicable support documentation, certificates of conformance, materials, and parts as identified in that order. The estimated ordering period is January 2027 � January 2032. NAVSEA invites all interested potential sources to submit written information sufficient to demonstrate the respondent�s ability to accomplish the requirements described in this notice. NAVSEA is especially interested in determining small business capability and interest. Responses must be submitted electronically via email to the points of contact listed in this notice by the prescribed response date. All information received bearing proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contacts listed in this notice. Responses to this notice must provide the following basic information: Company name Physical address CAGE code Unique Entity Identifier Business size status (based on the NAICS code for this notice) Type of small business (if applicable) Approximate number of employees Name, title, email address, and phone number for point(s) of contact Additionally, NAVSEA requests the following information to support market research and acquisition planning for potential future contracting actions: Description of experience buying Navy nuclear-powered aircraft carrier material and parts Documentation of a robust supply chain organization capable of handling the needed volume of material purchases, i.e. number of employees, certifications etc. Ability to perform routine and emergent repair nuclear and non-nuclear work. Experience meeting Navy specific shipping and handling requirements for NAVSUP. This notice is not a request for proposals. Per FAR 15.201(e), responses to this notice do not constitute offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. The Government makes no representations that a solicitation for the requirements described in this notice will be issued. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used by the Government in the development of a procurement strategy. Information submitted in response to this notice will become the property of the United States Government. Respondents should mark any materials submitted with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records statutes only if properly labeled as such.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/43b6f6a0f2e54466a13cd7cb32a00741/view)
 
Record
SN07680325-F 20260109/260107230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.