Search Contract Opportunities

Operations and Sustainment (O&S) for the Littoral Combat Ship Mission Modules (LCS MM) and Small Unmanned Surface Vessels (sUSV)   5

ID: N00024-25-R-6311 • Type: Presolicitation • Match:  90%
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
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

Posted: Oct. 21, 2025, 11:21 a.m. EDT

DEPs O&S LCS MM and sUSV Synopsis for SAM

Disclaimer: This pre-solicitation notice is for informational purposes only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. The Government will not reimburse the cost of any submission in response to this announcement. The entire cost of any submission will be at the sole expense of the source submitting information. If a solicitation is issued in the future, it will be announced via the Governmentwide Point of Entry (GPE) at https://sam.gov and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.

The Naval Sea Systems Command (NAVSEA) intends to issue a full-and-open competitive solicitation, N00024-25-R-6311, pursuant to FAR Part 15 procedures, in the first quarter (Q1) of fiscal year 2026 (FY2026) for Operations and Sustainment (O&S) for the Littoral Combat Ship Mission Modules (LCS MM) and Small Unmanned Surface Vessels (sUSV).

Program Executive Office Unmanned and Small Combatants (PEO USC) LCS MM Office (PMS 420) is procuring the effort required to meet the requirements for the operations and sustainment of the LCS MM and sUSV.

The solicitation release will be announced electronically under Contract Opportunities at https://sam.gov and interested parties must comply with that announcement. The Contract Opportunities website is the single point of entry for posting of the synopsis and solicitations to the internet. Interested Offerors should monitor SAM.gov for the release of the solicitation and any applicable amendments. Offerors must be registered in the System for Award Management (SAM) to participate in this procurement at https://sam.gov/entity-registration.

DEPs O&S LCS MM and sUSV Synopsis for SAM

Disclaimer: This pre-solicitation notice is for informational purposes only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. The Government will not reimburse the cost of any submission in response to this announcement. The entire cost of any submission will be at the sole expense of the source submitting information. If a solicitation is issued in the future, it will be announced via the Governmentwide Point of Entry (GPE) at https://sam.gov and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.

The Naval Sea Systems Command (NAVSEA) intends to issue a full-and-open competitive solicitation, N00024-25-R-6311, pursuant to FAR Part 15 procedures, in the first quarter (Q1) of fiscal year 2026 (FY2026) for Operations and Sustainment (O&S) for the Littoral Combat Ship Mission Modules (LCS MM) and Small Unmanned Surface Vessels (sUSV).

Program Executive Office Unmanned and Small Combatants (PEO USC) LCS MM Office (PMS 420) is procuring the effort required to meet the requirements for the operations and sustainment of the LCS MM and sUSV.

The solicitation release will be announced electronically under Contract Opportunities at https://sam.gov and interested parties must comply with that announcement. The Contract Opportunities website is the single point of entry for posting of the synopsis and solicitations to the internet. Interested Offerors should monitor SAM.gov for the release of the solicitation and any applicable amendments. Offerors must be registered in the System for Award Management (SAM) to participate in this procurement at https://sam.gov/entity-registration.

______________________________________________

This posting is related to the N00024-25-R-6312 for Littoral Combat Ship Mission Module (LCS MM) De, Engineering, Production, and Sustainment (DEPS) Industry Day and N00024-25-R-6311 for LCS MM DEPS Request for Information and Industry Day notices.

The Department of the Navy, Naval Sea Systems Command (NAVSEA) intends to issue two (2) full-and-open, competitive solicitations pursuant to FAR Part 15 procedures in the third quarter (Q3) of fiscal year 2025 (FY25) for the LCS MM Program; specifically, one (1) contract vehicle for LCS Mission Modules (MM) Hardware Production and one (1) contract vehicle for LCS MM and Small Unmanned Surface Vessel (sUSV) Operations and Sustainment (O&S) Support.

LCS MMs support the LCS fleet in its mission to defeat asymmetric threats and to ensure naval and joint force access into congested littoral regions. The LCS MM Program has employed an incremental development approach to deliver capabilities, allowing for insertion of mature capabilities throughout the life of the program without the need for modifications to the LCS seaframe. The LCS MM Program is also the integrator of separately procured MM equipment (e.g., berthing augmentation, gun and missile weapon systems, mine countermeasures payload delivery systems, etc.) and sUSVs (e.g. interceptors, maritime domain awareness, logistics, etc.). LCS MM Program product lines make use of common support containers, designs for which are based upon an International Organization for Standardization (ISO)-compliant shipping container (i.e., Conex box) to preserve anonymity and provide roll on, roll off capabilities for LCS seaframe and sUSV primary mission sets.

This pre-solicitation synopsis is issued by the NAVSEA Contracts Directorate (SEA 02), and the LCS MM Program Office (PMS 420) has provided one (1) draft Statement of Work (SOW) for LCS MM Hardware Production and one (1) draft SOW for LCS MM and sUSV O&S Support (ATTACHMENTS 1 & 2). Respondents may elect to respond to either the draft Hardware Production SOW, the draft O&S Support SOW, or both draft SOWs. Pursuant to FAR 15.201(c), the primary purposes of this pre-solicitation synopsis are to improve small business access to acquisition information and to enhance competition by identifying contracting and subcontracting opportunities. Further, and pursuant to FAR 15.201(c), this pre-solicitation synopsis is issued for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as to promote competition.

This pre-solicitation synopsis is not to be construed as a commitment by the Government, nor will the Government reimburse respondents for any questions submitted or the information provided in response to this notice. The Government may or may not respond to questions or comments submitted. The Government may use information and feedback provided by respondents to inform future solicitation(s) as necessary. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within a response.

All questions and comments shall be submitted electronically via email to the following POCs no later than 5:00 PM Eastern Time on July 15, 2025. Respondents shall submit questions and comments using the template provided as an ATTACHMENT 3 to this notice. NAVSEA will ONLY accept unclassified responses. Respondents shall respond to the points of contact (POC) listed in this notice for the specific draft SOW to which a response is being provided.

The Navy is not issuing a formal solicitation or seeking proposals in response to this pre-solicitation synopsis notice. If a solicitation or multiple solicitations are released, NAVSEA will issue any formal solicitation associated with this notice electronically via the official Government-wide point of entry, the System for Award Management (SAM) at https://www.sam.gov/. Interested parties should monitor SAM for the release of any related solicitation(s).

Non-response to this pre-solicitation synopsis does not preclude participation in any future engagements or solicitation, if issued. The information provided in this notice is subject to change and is not binding on the Government. It is the sole responsibility of potential respondents to monitor SAM for additional information pertaining to this notice.

DRAFT SOW(s) RESTRICTED DOCUMENTS ACCESS:

To obtain access to the draft Statement(s) of Work, interested companies shall complete and submit the Terms of Use (TOU) Agreement provided in ATTACHMENT 4 to this notice. The draft SOW(s) and communications with industry will contain Controlled Unclassified Information (CUI), technical data whose export is restricted by the Arms Export Control Act at Title 22, U.S.C. 2751 et seq. or Executive Order 12470, and/or information presented by the Government considered to be Distribution Statement D.

The requestor shall sign the TOU letter and return the signed copy to the relevant POC(s) with subject line: TOU <insert name of requestor's company name> LCS MM Program <insert Production', O&S', or Production and O&S'> - N00024-25-R-6311

Upon receipt of a company-signed TOU agreement, NAVSEA will grant access to the restricted documents in a secure manner, so long as the requesting company has met the security requirements detailed herein.

HARDWARE PRODUCTION:

TO: Ms. Caryl Williams Sr. Contract Specialist caryl.a.williams.civ@us.navy.mil

CC:

Ms. Antoinette Miles Contracting Officer antoinette.m.miles.civ@us.navy.mil

Ms. Riley Kivett DAPM riley.n.kivett.civ@us.navy.mil

O&S SUPPORT:

TO: Mr. Kevin Hubbard Contract Specialist kevin.a.hubbard.civ@us.navy.mil

CC:

Ms. Cassandra Brese Contracting Officer cassandra.j.brese.civ@us.navy.mil

Ms. Riley Kivett DAPM riley.n.kivett.civ@us.navy.mil

BOTH HARDWARE PRODUCTION AND O&S SUPPORT:

TO: Ms. Caryl Williams Sr. Contract Specialist caryl.a.williams.civ@us.navy.mil

CC:

Ms. Antoinette Miles Contracting Officer antoinette.m.miles.civ@us.navy.mil

Mr. Kevin Hubbard Contract Specialist kevin.a.hubbard.civ@us.navy.mil

Ms. Cassandra Brese Contracting Officer cassandra.j.brese.civ@us.navy.mil

Ms. Riley Kivett DAPM riley.n.kivett.civ@us.navy.mil

Posted: July 9, 2025, 3:38 p.m. EDT
Posted: July 1, 2025, 3:49 p.m. EDT
Background
The Department of the Navy, Naval Sea Systems Command (NAVSEA) is planning to issue two full-and-open competitive solicitations for the Littoral Combat Ship Mission Module (LCS MM) Program in the third quarter of fiscal year 2025.

The goal of these contracts is to support the LCS fleet in defeating asymmetric threats and ensuring naval and joint force access into congested littoral regions. The program employs an incremental development approach to deliver capabilities without requiring modifications to the LCS seaframe, integrating separately procured equipment and small unmanned surface vessels (sUSVs).

Work Details
The contract will include two main components:
1) Hardware Production for LCS Mission Modules (MM), and
2) Operations and Sustainment (O&S) Support for both LCS MM and sUSV.

The draft Statements of Work (SOW) detail the requirements for these components, including specifications for hardware production and sustainment operations. Key elements include:
- Integration of equipment such as berthing augmentation, gun and missile weapon systems, mine countermeasures payload delivery systems, etc.
- Use of ISO-compliant shipping containers for common support containers to facilitate 'roll on, roll off' capabilities.
- Respondents may choose to respond to either or both draft SOWs.

Place of Performance
The geographic location(s) for delivery or performance are not explicitly stated in this notice.

Overview

Response Deadline
Nov. 5, 2025, 5:00 p.m. EST (original: July 15, 2025, 5:00 p.m. EDT) Past Due
Posted
July 1, 2025, 3:49 p.m. EDT (updated: Oct. 21, 2025, 11:21 a.m. EDT)
Set Aside
None
Place of Performance
Washington Navy Yard, DC United States
Source

Current SBA Size Standard
1350 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
65%
On 7/1/25 Naval Sea Systems Command issued Presolicitation N00024-25-R-6311 for Operations and Sustainment (O&S) for the Littoral Combat Ship Mission Modules (LCS MM) and Small Unmanned Surface Vessels (sUSV) due 11/5/25. The opportunity was issued full & open with NAICS 334511 and PSC 8145.
Primary Contact
Name
Caryl Williams   Profile
Phone
None

Secondary Contact

Name
Cassandra Brese   Profile
Phone
None

Documents

Posted documents for Presolicitation N00024-25-R-6311

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N00024-25-R-6311

Incumbent or Similar Awards

Contracts Similar to Presolicitation N00024-25-R-6311

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N00024-25-R-6311

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N00024-25-R-6311

Experts for Operations and Sustainment (O&S) for the Littoral Combat Ship Mission Modules (LCS MM) and Small Unmanned Surface Vessels (sUSV)

Recommended subject matter experts available for hire

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
Oct. 21, 2025
Last Updated By
cassandra.brese@navy.mil
Archive Date
Nov. 20, 2025