Skip to content
Department of Defense

MK 41 VLS Launcher Production Request For Information (RFI)

Solicitation: VLS007A
Notice ID: ded3db50bf394c478d1111f42d00d2cb
TypePresolicitationNAICS 336415PSC1440DepartmentDepartment of DefenseAgencyDept Of The NavyStateCAPostedFeb 24, 2026, 12:00 AM UTCDueMar 31, 2026, 09:00 PM UTCCloses in 35 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 31, 2026. Industry: NAICS 336415 • PSC 1440.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: VLS007A. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336415 (last 12 months), benchmarked to sector 33.

12-month awarded value
$794,071
Sector total $20,521,335,901 • Share 0.0%
Live
Median
$94,994
P10–P90
$83,799$106,190
Volatility
Stable24%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($794,071)
Deal sizing
$94,994 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 →
Map for CA
Live POP
Place of performance
Port Hueneme, California • United States
State: CA
Contracting office
Washington Navy Yard, DC • 20376-5000 USA

Point of Contact

Name
Matthew Hubbard
Email
matthew.r.hubbard2.civ@us.navy.mil
Phone
Not available
Name
David Chamberlain
Email
david.s.chamberlain5.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA HQ • NAVSEA HQ
Contracting Office Address
Washington Navy Yard, DC
20376-5000 USA

More in NAICS 336415

Description

NOTICE: This notice is duplicative of Notice ID VLS006A. This notice was generated with a new notice ID (VLS007A) for administrative purposes.

The Naval Sea Systems Command (NAVSEA) is requesting information to identify potential sources capable of producing the MK 41 VLS launcher modules. The MK 41 VLS is used on United States Navy (USN) surface combatants and multiple allied Navy platforms. MK 41 VLS is capable of launching multiple Standard Missile variants, Tomahawk, Vertical Launch Anti-Submarine Rocket (ASROC) and Evolved SEA SPARROW missiles.

The Government possesses a Technical Data Package (TDP) that allows for the build-to-print production of the MK 41 VLS launcher modules. Interested parties may request access to the TDP through the below instructions. Authorized contractors are encouraged to review the TDP and provide comments on the TDP as well as any ideas on promoting competition at the system or component level. Industry comments may include but are not limited to: recommending alternative parts than what is specified in the TDP, innovative contracting and financing strategies, perceived barriers to entry and ideas to reduce/eliminate them. Industry is also welcome to provide general comments/questions regarding the procurement approach to meeting the Government’s Vertical Launching System requirements.

To be an authorized contractor, the contractor shall be a United States Department of Defense contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency’s website. Authorized contractors will be required to fill out and submit a signed copy of a Terms of Use Agreement (TOUA). Interested parties should email the points of contact below to request a copy of the TOUA.

The Government is holding an industry day for this requirement March 10-12 in Port Hueneme, CA. Details are provided in the following posting: VLS006 - https://sam.gov/workspace/contract/opp/0fde5c6bba524139a317e692432986cd/view

Submission Instructions

Submission response due date is 31 March 2026 by 1700 (EST).

Parties are requested to respond via a white paper in Microsoft Word or Office 2003 (or newer) compatible format on 20 pages or less (including cover and administrative pages) and shall be delivered using 10 font or larger.

Interested parties should provide company profile to include the following:

- Company Name

- Company Address

- Point of Contact

- E-mail Address

- Telephone Number

- Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.)

- Number of employees

- CAGE Code

Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Matthew Hubbard, matthew.r.hubbard2.civ@us.navy.mil, and David Chamberlain, david.s.chamberlain5.civ@us.navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions will be utilized for market research and will not be returned.

Classified Information: Contractors shall NOT submit any classified information in response this RFI.

DISCLAIMER:

This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any 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. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable laws and regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.