Skip to content
Department of Defense

Vertical Launching System Structural Assembly

Solicitation: N63394-26-R-0007
Notice ID: 4ea78fbc2c864c41a56c3d97cf6e0d28
TypeSources SoughtNAICS 336414PSC1440Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyPostedFeb 02, 2026, 12:00 AM UTCDueFeb 17, 2026, 10:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 17, 2026. Industry: NAICS 336414 • PSC 1440.

Market snapshot

Awarded-market signal for NAICS 336414 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,308,535,059
Sector total $20,341,046,444 • Share 6.4%
Live
Median
$18,463,883
P10–P90
$18,463,883$18,463,883
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
6.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,308,535,059)
Deal sizing
$18,463,883 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Port Hueneme, CA • 93043-5007 USA

Point of Contact

Name
Christopher Dela Cruz
Email
christopher.r.delacruz.civ@us.navy.mil
Phone
Not available
Name
Ashley Krasnoff
Email
ashley.y.krasnoff.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA WARFARE CENTER • COMMANDING OFFICER
Contracting Office Address
Port Hueneme, CA
93043-5007 USA

More in NAICS 336414

Description

This is a Request for Information (RFI) as defined in FAR 15.201 (e). Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) is conducting market research to identify qualified and responsible sources that may be interested in a potential future procurement of the Outer Board Assembly, Lower A-Side part number (p/n) 6539759-9, Outboard Assembly, Lower B-Side p/n 6539761-9, Lower outboard Structure A-Side, p/n 5599357-39, and Structure Lower B-Side p/n 5599356-19 for Vertical Launching System (VLS).  These are NAVSEA part numbers. The VLS structural assembly integrates the outer boards, lower boards, plenum, uptake assemblies, and internal supports into a single, rigid, shock-qualified launcher module.

This RFI is issued for informational and planning purposes only and does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP). This RFI is not to be construed as a commitment by the Government to issue a solicitation, award, or contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  The Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government.

Responses to this RFI may be used to determine Small Business set-aside opportunities. All Small Business set-aside categories will be considered under North American Industry Classification System (NAICS) Code 336414 Guided Missile and Space Vehicle Manufacturing. In accordance with FAR 52.219-14, Limitations on Subcontracting, Small Business concerns are reminded that in performance of contracts awarded under small business set-aside procedures, at least 50% of the cost of manufacturing the supplies, not including the cost of materials, shall be performed by the concern.

Dissemination of the Technical Data Package (TDP) during the RFP is restricted by International Traffic in Arms Regulations (ITAR). In order to participate in the RFP, companies must be approved in Defense Logistics Agency’s (DLA) Joint Certification Program.

Interested parties shall address the following in their RFI submissions:

1. COMPANY INFORMATION

(a) Company name, address, Data Universal Number System (DUNS) number, and Commercial and Government Entity (CAGE) code.

(b) Company designated representative name(s) and point(s) of contact, including phone number and email address.

(c) Company size status under the applicable NAICS (e.g., 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, Large Business, etc.).

2. CAPABILITY STATEMENT

Interested parties shall submit a Capability Statement that succinctly addresses the following items to demonstrate the contractor's capability to perform the requirements of the attached draft Statement of Work (SOW):

(a) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the draft SOW;

(b) The contractor's technical ability, or potential approach to achieving technical ability, to perform the requirement.  For Small Business set-aside determination purposes, also include the contractor's technical ability to perform, or potential approach to achieving technical ability to perform, at least 50% of the cost of the contract incurred for manufacturing the supplies, not including the cost of materials; and

(c) The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the draft SOW. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed.

(d) The contractor’s certification, or potential approach to achieving certification, for International Organization for Standardization (ISO) 2001:2015, 2008 or AS9100D.

Demonstrated ability to manage, technical ability, and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability.

3. FEEDBACK/QUESTIONS

Feedback and questions regarding the feasibility or challenges to perform the work described

RFI responses are limited to no more than 20 pages (8.5 X 11 inch) and 10-point Times New Roman font. Please email responses or questions regarding this requirement to the Contract Specialist, Christopher Dela Cruz (christopher.r.delacruz.civ@us.navy.mil) with copy to the Contracting Officer, Ashley Yosuico Krasnoff (ashley.y.krasnoff.civ@us.navy.mil). NSWC PHD may request further information regarding the capabilities of respondents to meet the requirements set forth in the RFI.

Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.