Search Contract Opportunities

Landing Craft, Utility (LCU) 1700 Class Sources Sought

ID: N0002425R2424 • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS SPECIAL NOTICE IS A SOURCES SOUGHT FOR MARKET RESEARCH AND IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO FUNDING ASSOCIATED WITH THIS ANNOUNCEMENT.

BACKGROUND:

The Naval Sea System Command (NAVSEA) is issuing this Special Notice on behalf of the Amphibious Assault and Connectors Program Office (PMS317) to assist with informing the Acquisition Strategy to increase production of the Landing Craft, Utility (LCU) 1700 Class of amphibious landing craft. The Government is conducting market research to identify parties with both interest and resources to support a program that would rapidly recapitalize the Navy's LCUs and increase production output. The results of this market research will contribute to the LCU 1610 replacement program, known as the LCU 1700 program.

LCUs are typically transported in the well decks of amphibious warships and are used across the range of military operations to deliver vehicles, personnel and cargo from the sea to the shore and from shore to shore. They are also used to support Building Partnership missions, to provide dive team or small boat support, to assist in port clearing, to conduct limited surveillance, and to support many other missions enabled by its open cargo deck, intra-theater range, and independent operations capability.

PURPOSE:

From this Sources Sought, NAVSEA is seeking to understand industrial sources interested in the Construction of the Landing Craft Utility (LCU) 1700. Landing craft are included in the Export Administration Regulations (EAR) and therefore, any interested parties must comply with all U.S. export control laws and regulations. Additionally, interested parties are reminded that 10 U.S.C. 8679 prohibits the construction of vessels, or major component of the hull or superstructure of any such vessel in foreign shipyards.

ANTICIPATED SCOPE OF WORK:

The information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. The type of work to be accomplished under a potential LCU 1700 contract would be construction of steel landing craft, providing similar capabilities as those found on the existing LCU 1610 Class vessels. However, LCU 1700 craft have increased payload capability, improved habitability, and reduced life-cycle costs. A build-to-print technical data package will be provided with a future request for proposal.

LCU 1700 CHARACERISTICS:

The basic characteristics of the design include:

  • Hull: Steel construction
    • Service life of at least 30 years
    • Capable of repeated beach landings without structural damage
  • Length: approximately 139 feet
    Beam: approximately 31 feet
  • Light Ship Displacement: approximately 256 long tons
  • Full load displacement: approximately 428 long tons
  • Draft (Fully Loaded) (weight/draft control would be critical to support entry into amphibious warship well decks at full load):
    • Maximum Draft Forward 4'-3
    • Maximum (appendage) Draft Aft 6'-9
  • Power Plant:
    • Diesel propulsion with Kort nozzles, 2 shafts (two ~ 500 horsepower diesel engines)
    • Generators: two ~76 kilowatt diesels
    • Craft would be powered by NATO F-76 diesel fuel marine and would be capable of operating on JP-5
  • Lift Capacity: 170 Short tons
  • Max Speed: 11 knots
  • Endurance at Sustained Speed: 1200 NM at 8 knots with a 170 short tons of payload
  • Bow ramp and stern gate for drive-through capability
  • Habitability for 10 days underway
    • Crew accommodations for 14 personnel (mixed gender)
    • Habitability and provisioning support
  • Stern anchor with an electric hydraulic power unit (HPU) and hydraulic winch
  • Capable of operating in Sea State 3 seas; survivable in Sea State 5
  • Redundant critical systems (engines, generators, switchboards, fire pumps)
  • 4 machine gun mounts capable of accepting US Navy crew served weapons
  • Capable of being transported in current and planned amphibious warships without requiring any modification to the warships
  • Stability standards required: US Navy Standards for two compartment flooding
  • Electronics:
    • Communications suite, Identification Friend or Foe (IFF) and Amphibious Assault Direction System (AADS) will be provided as Government Furnished Equipment (GFE)
    • The following electronics/systems would be provided by the craft builder: machinery and craft control, monitoring and alarm systems, Navigation system hardware, commercial marine band radio communications, camera system for visibility augmentation.

RESPONSES AND SUBMISSION OF REQUESTED INFORMATION:

Interested parties are encouraged to respond to this announcement with complete response information. Complete responses shall include:

  1. Organization Name
  2. Address
  3. Website address
  4. Point of Contact
  • Name
  • Position/Title
  • Email address
  • Telephone number

5. Size and type of ownership for the organization

  • Business size, socioeconomic category, and associated NAICS code
  • Number of employees
  • Average annual revenue for the past three years

6. Description of construction facilities and capacity to construct, test and deliver a minimum of two (2) craft per year and projected workload

  • What is the maximum number of craft that can be in production in your shipyard simultaneously?
  • What is the optimal number of craft awarded per year for your shipyard to enable the maximum learning curve and optimal use of resources and facilities?
  • Are there investment or shipyard improvements that can be done to enable increasing production capacity?

7. Ongoing vessel construction efforts with associated delivery dates and backlog of work (if any).

8. Estimate of how long it would take to construct a steel, ocean going vessel of the size and complexity described above. Please identify any assumptions used.

9. Provide a description of the company's relevant experience. Identify the number of relevant vessels constructed and the years they were delivered.

10. Describe the company production facilities, including equipment and build sites, for construction, translation, and launching of craft.

11. Desired build profile for up to 20 craft (also include preferred build profile per year).

  • Identify Economic Order Quantities
  • Construction timeline (in years) for procurement of up to 20 craft

12. Design and engineering support, whether in-house or subcontracted

NAVSEA may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary.

Response Criteria:

Interested parties are free to submit any information which may assist the Navy in its market research and understanding of sources available to meet operational needs. There are no page limit constraints to an interested party's response and a detailed proposal is not requested. However, only electronic responses via email will be accepted. Any email attachments or supplemental information must be compatible with Microsoft. No information may be sent in a .zip file format. No classified material shall be submitted in response to this Special Notice under any circumstance. IMPORTANT - Any email containing export-controlled information must be marked CUI and use encryption.

Note: As a reminder, interested parties do not have to meet all requirements listed in this Special Notice to submit a response. All responses received will be reviewed by the Government.

The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned.

NOTICE REGARDING PROPRIETARY INFORMATION:

All submitted materials will be designated for Government Use Only. Third party support contractors who have executed non-disclosure agreements with the Government may have access to the information provided. Any information submitted which is to be provided and reviewed by Government personnel only shall be clearly marked as such. Otherwise, the Government shall construe consent has been given to allow access to the information by any relevant third-party support contractor.

Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.

QUESTIONS:

Questions regarding this Special Notice shall be submitted by e-mail to the Contracting Officer, Ryan Ksanznak at ryan.m.ksanznak.civ@us.navy.mil. Verbal questions will NOT be accepted. The Government may not respond to any specific questions or comments submitted in response to this Special Notice. Any information submitted by respondents as a result of this Special Notice is strictly voluntary.

WHEN TO SUBMIT:

This information is requested to be provided by email by 19 SEP 2025, 1400 EST, to the Point of Contact listed below.

FUTURE SPECIAL NOTICES:

It is anticipated that future Special Notices will be issued via SAM.gov.

NOTICES REGARDING SOLICITATION:

This notice does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as no solicitation is intended at this time. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SPECIAL NOTICE.
Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore, no entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests.

POINT OF CONTACT:

Ryan Ksanznak, Contracting Officer, ryan.m.ksanznak.civ@us.navy.mil

CONTRACTING OFFICE ADDRESS:

Naval Sea Systems Command
Ryan Ksanznak , Code SEA 02245
1333 Isaac Hull Ave., SE.
Washington, DC 20376-2020

PLACE OF PERFORMANCE:

Contractor facility

Overview

Response Deadline
Sept. 19, 2025, 2:00 p.m. EDT Due in 14 Days
Posted
Aug. 13, 2025, 1:55 p.m. EDT
Set Aside
None
Place of Performance
United States
Source

Current SBA Size Standard
1300 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
54%
On 8/13/25 Naval Sea Systems Command issued Sources Sought N0002425R2424 for Landing Craft, Utility (LCU) 1700 Class Sources Sought due 9/19/25. The opportunity was issued full & open with NAICS 336611 and PSC 1905.
Primary Contact
Name
Ryan Ksanznak   Profile
Phone
None

Secondary Contact

Name
Megan Johnson, Contract Specialist   Profile
Phone
None

Documents

Posted documents for Sources Sought N0002425R2424

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought N0002425R2424

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0002425R2424

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0002425R2424

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA HQ > NAVSEA HQ
FPDS Organization Code
1700-N00024
Source Organization Code
100076491
Last Updated
Aug. 13, 2025
Last Updated By
ryan.ksanznak1@navy.mil
Archive Date
Oct. 4, 2025