USS CINCINNATI (LCS 20) FY27 Docking Selected Restricted Availability (DSRA) and USS CANBERRA (LCS 30) FY27 Docking Selected Restricted Availability (DSRA) Sources Sought
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Feb 25, 2026. Industry: NAICS 336611 • PSC J999.
Market snapshot
Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336611
Description
This is a sources sought announcement in accordance with FAR 10.001 and DFARS 210.001 in anticipation of a potential future procurement. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine industry capability and interest in performing the FY27 DSRA Chief of Naval Operations (CNO) availabilities USS CINCINNATI (LCS 20) and/or USS CANBERRA (LCS 30) under a single Coast-wide (West Coast) solicitation. NAVSEA is especially focused on determining small business capability and interest.
The Government is seeking responses from sources that can perform dry-dock and pier-side maintenance, repair, and alterations anticipated to be:
USS CINCINNATI (LCS 20) FY27 DSRA: March 2027 – April 2028 (subject to change)
USS CANBERRA (LCS 30) FY27 DSRA: March 2027 – April 2028 (subject to change)
The anticipated RFP release date for these CNO Availabilities is on or around April 2026 (subject to change).
The Government has provided an outline of some of the work anticipated to be completed under the expected FY27 DSRA as enclosures to this sources sought document (see Enclosure (1) and Enclosure (2)). The anticipated contract type for these CNO availabilities will be firm-fixed price.
What/Where to Submit:
I. Companies that already possess a current NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact to Commander, Naval Sea Systems Command, Attn: Brian Romano, SEA 0244. Please send your letter of interest and email it to the Contracting Officer Brian Romano, brian.c.romano.civ@us.navy.mil and the Contract Specialist, Nelimar Munoz-Martinez SEA 0244 at nelimar.munoz-martinez.civ@us.navy.mil with “USS CINCINNAI (LCS 20) / USS CANBERRA (LCS 30) FY27 DSRA Sources Sought Response” in the subject field and hand or digitally sign your letter of interest. The notice of interest should include the following information:
- The Name, CAGE, and SAM Unique Entity Identifier (UEI) of company that intends to submit the proposal,
- Indicate an interest in submitting a proposal for solicitation N0002426R4441
II. Interested Small Businesses regardless of MSRA status and Companies that do not already possess a NAVSEA certified Master Ship Repair Agreement (MSRA) and Agreement for Boat Repair (ABR) should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact to Commander, Naval Sea Systems Command, Attn: Brian Romano, SEA 0244. Please email your letter of interest to the Contracting Officer Brian Romano, brian.c.romano.civ@us.navy.mil, and the Contract Specialist, Nelimar Munoz-Martinez, at nelimar.munoz-martinez.civ@us.navy.mil “USS CINCINNAI (LCS 20) / USS CANBERRA (LCS 30) FY27 DSRA Sources Sought Response” in the subject field and hand or digitally sign your letter of interest. The notice of interest should include a brief description of your company and its capabilities as they relate to the requirements set forth in Enclosure (1) and Enclosure (2) and answers to the following specific questions. Please limit your response to no more than five (5) pages.
1. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,300 or less employees)?
2. How many employees does your company have?
3. Does your company have a website? If so, what is your company’s website address?
4. Does your company have access to a dry-dock capable of docking and a pier capable of berthing USS CINCINNATI (LCS 20) and/or USS CANBERRA (LCS 30)? See Enclosure (1) and Enclosure (2) (A. General; C. Ship Particulars) for specifications.
5. Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance.
6. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by your company and prospective subcontractors)?
In addition to the previous question, please answer the following sub-questions
a. Is your company a NAVSEA certified Master Ship Repair Contractor (MSRA)?
b. Is your company a NAVSEA certified Boat Repair Contractor (ABR)?
7. Given the complexity of the work described in this announcement, including Enclosure (1) and Enclosure (2), please describe your company’s historical experience completing work on similar systems at a similar complexity on the critical systems outlined in Enclosure (1) and Enclosure (2), or briefly describe how your company would be capable of meeting these requirements as of contract award.
8. Given the complexity and size of the work described in this announcement (Enclosure (1) and Enclosure (2)), does your company plan to submit proposals in response to the anticipated solicitation for the FY27 USS CINCINNATI (LCS 20) and USS CANBERRA (LCS 30) DSRA?
Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement. This sources sought announcement is released in accordance with FAR 10.001 and DFARS 210.001. This sources sought announcement is not a request for proposal. The purpose of this sources sought announcement is to gather information from the business base. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and will not be accepted by the Government to form a binding contract.
No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time.
When to Submit: Responses are requested no later than 4PM Local Time, Washington D.C. on 02/25/2026.
Notice Regarding Sources Sought: Please note that this sources sought is for market research purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and shall not be construed as a commitment by the Government of any kind.
Other: The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided.
Future information, if any, will be posted at SAM.gov.
Contracting Officer Address:
NAVAL SEA SYSTEMS COMMAND
1333 Isaac Hull Ave SE
Washington Navy Yard, DC 20376
Point of Contact:
Brian Romano, SEA 0244 Contracting Officer, brian.c.romano.civ@us.navy.mil
Nelimar Munoz-Martinez SEA 0244 Contract Specialist, nelimar.munoz-martinez.civ@us.navy.mil
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.