Vertical Launching System (VLS) Launch Sequencer (LSEQ)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center, Port Hueneme (NSWC PHD) has issued a Presolicitation/Request for Information (RFI) for the Vertical Launching System (VLS) Launch Sequencer (LSEQ) Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) program. This is a Full and Open Competition effort. NSWC PHD is also publishing a Draft Request for Proposal (RFP) for informational purposes. RFI responses are due April 14, 2026.
Purpose & Scope
This RFI seeks to identify potential sources capable of the fabrication, assembly, test, and delivery of VLS LSEQ MK 6 Mod 1 (NAVSEA p/n 8652144-19) and associated Lowest Replaceable Units (LRUs) for the MK 41 VLS. The LSEQ is critical for managing and controlling missile launch sequences. The anticipated scope includes compliance with numerous government and industry standards, implementation of a Configuration Management program, and performance of First Article Inspection (FAI) and Physical Configuration Audits (PCA).
Contract Details (Anticipated)
- Type: Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Prices (FFP).
- Maximum Value: $349,988,248 (as per Draft Solicitation).
- Ordering Period: Five years (anticipated Oct 1, 2026 – Sep 30, 2031).
- Set-Aside: Full and Open Competition.
- NAICS: 334519 (500 employees size standard).
- Place of Performance: Port Hueneme CBC Base, CA.
RFI Response Requirements
Interested parties must submit a response addressing:
- Company Information: Name, address, DUNS, CAGE, designated representative, and size status under NAICS 334519.
- Capability Statement: Demonstrate ability to manage as prime, technical ability (including performing at least 50% of manufacturing cost), and capacity to perform the requirements of the draft Statement of Work (SOW). This includes completing Note B in Section B and Attachment J-1, and demonstrating ISO 2001:2015, 2008 or AS9100D certification.
- Feedback/Questions: Regarding feasibility or challenges.
Responses are limited to 20 pages (8.5 x 11 inch, 10-point Times New Roman font).
Important Notes
This is a Draft RFP and RFI for market research purposes only. The Government is not currently soliciting proposals, and participation is voluntary. Information gathered will inform the acquisition strategy. The anticipated proposal due date for the future RFP is June 9, 2026, with evaluation based on Total Price, Past Performance, and Technical Capability. Offerors must be registered in SAM.