Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is conducting market research through a Sources Sought Notice to identify firms capable of providing Systems Engineering and Integration support for various strategic weapons programs. Interested parties should submit capability statements demonstrating relevant experience and qualifications by the specified deadline.
1.0 Synopsis
This is a SOURCES SOUGHT NOTICE (SSN) announcement. SSNs are issued to assist the Agency in performing market research to determine industry interest and capability. No proposals are being requested or accepted with this Sources Sought Notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT NOTICE. Therefore, no proposals are being requested or accepted in response to this SSN.
2.0 Purpose
In accordance with FAR Part 10, SSP is conducting market research to identify potential sources capable of successfully performing SSP’s Systems Engineering and Integration support requirements and interrelated efforts in support of United States and United Kingdom TRIDENT II (D5) Strategic Weapons System (SWS) Program, the Future Strategic Sea-Based Warhead (FSSW), the United States Nuclear Armed, Sea-Launched Cruise Missile (SLCM-N) SWS Program and the United States TRIDENT II (D5) Strategic Weapons System (SWS) Program D5 Life Extension 2 (LE2) Strategic Systems Programs Alteration (SPALT).
Specifically, SSP requires subject matter expert support for the Strategic Submarine Guided Nuclear (SSGN) Attack Weapon System (AWS) and Nuclear Weapon Surety (NWS) Program; Integrated Nuclear Weapons Security System (INWSS); the COLUMBIA Common Missile Compartment (CMC); US and UK Fleet Support to include Systems Engineering Integration; Fleet Training and Technical Documentation; System Digital Integration; Accuracy Improvement Program (AIP) 2.0; SWS System Test; SWS/AWS/NWS; W93/Mk7; Mk4B; Systems Security Engineering and Cybersecurity support; Configuration Management; Safety Risk Management support; Naval Treaty Support; Systems Requirements and Architecture Management; System Integration, Verification and Validation (IV&V); Facility Sustainment Support Services (FMSS) & Evaluation Support; Product Support Management and Supportability Engineering; Product Support Management; Digital Transformation and Electronic Product Lifecycle Management (ePLM) Support; Technology Applications Modernization and Information Processing Sustainment; SSP Infrastructure Operations Information Systems (IS) Program Acquisition/Future Enterprise Information Governance and Data Management Improvement Initiatives as identified in the enclosure (1) statement of work (SOW) cited in paragraph 5.0 below.
The contract type will include both Cost Plus Fixed Fee – Term and Cost Plus Incentive Fee – Term, Contract Line Item Numbers (CLINs). The Period of Performance (POP) will include a base year FY27 effort from 1 October 2026 – 30 September 2027, and four (4) corresponding one-year option periods (FY28 – FY31).
3.0 White Paper Capability Statement Credentials
SSP is seeking detailed, complete, and thorough White Paper capability statements from interested firms who can demonstrate and document, with evidentiary support, that they 1) possess the minimum qualifications and experience identified in paragraph 4.0 below which are critical to the successful execution of the requirements, and 2) demonstrate recent and relevant experience, as the Prime contractor, performing the same/similar efforts of the same/similar scope, size, and complexity to the enclosure (1) Statement of Work (SOW) requirements identified in paragraph 5.0 below. Interested firms must demonstrate their existing capability, or potential to acquire the capability, to meet the enclosure (1) SOW requirements by the time of contract award – 1 October 2026.
3.1 Small Business Concerns
IAW FAR Subpart 19.2 Polices, SSP seeks to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Small Business Concerns who possess the minimum qualifications and experience identified in paragraph 4.0 and who can demonstrate its concerns’ capability (or ability to obtain the capability by the contract award date) to execute the complete requirements identified in the enclosure (1) SSN SOW in paragraph 5.0, as well provide the requisite past performance experience detailed in Section 6.0, are encouraged to respond to this SSN.
If a small business concern intends to partner with another entity, the small business concern must identify which specific enclosure (1) SOW efforts/tasks it intends to perform, as well as the specific efforts/tasks the partner will perform, with the substantiating data required in this SSN supporting the identified partnering roles and responsibilities. NOTE: 100% of the enclosure (1) SOW and SSN requirements must be addressed in any submitted partnering submittal. A partnering submittal cannot merely state “We plan to team with XYZ Corporation” without supporting qualifications and experiential content. A letter of general intent from the named partner must be included with the SSN response.
NOTE: In the event this contract is set aside for small business concerns, the small business concern agrees that it will be in strict compliance and conformance with the percentage payment limitations for services, supplies, or construction (as applicable) to subcontractors that are not similarly situated entities in accordance with FAR 52.219-14 Limitations on Subcontracting and state such in their response.
4.0 Minimum Qualifications / Experience Requirements
Interested firms shall document and submit specific and evidenced / demonstrated possession of the minimum qualifications and experience requirements in the technical areas identified in bullets a through p below which are critical to the successful execution of the SWS enclosure (1) SOW requirements identified in paragraph 5.0 below. This experience shall be documented as specified in paragraph 6.0 below:
a. SWS, AWS, NWS, FSSW, UK Dreadnought and Vanguard Systems Engineering and Integration: At least 5 years of experience
b. Fleet and shipboard direct logistics support: At least 5 years of experience
c. Documentation of project logistics and engineering management requirements to include: At least 5 years of experience
d. Configuration Management: At least 5 years of experience
e. Multi-discipline engineering reviews of engineering designs and other technical documentation: At least 5 years of experience
f. Strategic Weapons Facility Atlantic (SWFLANT) / Strategic Weapons Facility – Pacific (SWFPAC) / SWS Facilities Capabilities Evaluation and Planned Maintenance Program Support: At least 5 years of experience
g. SWS, AWS, NWS, FSSW, COLUMBIA, UK Dreadnought and Vanguard Safety Risk Management and engineering: At least 5 years of experience
h. Technical Documentation Publication and Distribution: At least 5 years of experience
i. SSP Shipboard Integration (SSI) program: At least 5 years of experience
j. Maintenance Applications Shore support: At least 5 years of experience
k. Infrastructure Operations - Model Based Engineering (MBE): At least 5 years of experience
l. Information Systems (IS) Program Acquisition Management: At least 5 years of experience
m. Systems Engineering AIS Support for Applications Integration and Maintenance: At least 5 years of experience
n. IS and Enterprise Information Governance and Data Management: At least 5 years of experience
o. COLUMBIA CMC Systems Engineering & Integration: At least 5 years of experience
p. SWS, AWS, NWS, FSSW Systems Security Engineering, Policy and Policy Support: At least 5 years of experience
q. Naval Treaty Systems Engineering Analysis and support for applications integration and development including IT Operations Support: At least 5 years of experience
r. SLCM-N Program Support: At least 3 years of experience in items 1 - 6
1. Systems Engineering
2. Government Furnished Information
3. Interface Management
4. System Security Engineering
5. NWS Safety Risk Management
6. Technical Application Management
s. D5LE2: At least 3 years of experience in items 1 - 9
1. Configuration Management
2. Weapon System Interface and architecture management
3. Weapon System Test
4. System Integration, Verification, Validation Management and Test
5. Safety Risk Management Engineering support
6. System Security Engineering
a. Supply Chain Security and Risk Management
c. Software Assurance
7. MBE environments Information Systems (IS)
8. Technical Information Technology (IT) Program Management and Data Management Services
9. Product Support and Supportability Engineering Support
10. Minimum 8 years experience providing Product Support and Supportability Engineering and Electronic Product Lifecycle Management (ePLM) Support
t. Technology Applications Modernization and Information Processing Sustainment: At least 3 years of experience
1. Configuration Management
2. Technical Documentation
3. Hazard Management System
4. SSP Risk/Opportunity Register
5. Program Maintenance Management Plan
6. Trouble and Failure Reporting Modernization
7. SWSNET Red PLM Deployment
5.0 Description of Requirements
See enclosure (1) SOW Requirements. NOTE: These requirements are interrelated and cannot be fragmented into separate procurements. They ensure SSP will be able to meet the critical D5LE SWS, CMC, D5LE2 and SLCM-N systems engineering mission requirements and meet planned milestone schedules.
5.1 Quantity of Personnel Required / Place of Performance
407 yearly Full Time Equivalent (FTE) personnel performing in the greater Washington DC area, Cape Canaveral FL, Silverdale WA, Huntsville, AL and Kings Bay, GA. Approximately 12 of the 407 yearly FTE’s will require a Top Secret clearance/Sensitive Compartmentalized Information (TS/SCI).
6.0 Evidentiary Qualifications/Experience Documentation Requirements
Interested firms must possess the requisite minimum qualifications and experience identified in paragraph 4.0 above and demonstrated relevant and recent experience as it relates to the paragraph 5.0 enclosure (1) SOW requirements. White Paper Capability statements must include all of the content and details identified below:
6.1 Minimum Qualifications / Experience Requirements Validation
White Paper Capability statement submissions shall include a discrete section with the heading “Minimum Qualifications / Experience Requirements” and document, with specific information, each of the minimum qualifications identified in paragraph 4.0 above. This section may cite contract reference efforts detailed in Table A of paragraph 6.2 attached provided respondents provide context and rationale as to how that contract reference effort(s) demonstrates possession of the applicable minimum qualifications/experience bullets a through t identified in paragraph 4.0.
6.2 Relevant & Recent Experience / Supporting Narratives
In addition to demonstrating possession of the requisite minimum experiential qualifications identified in paragraph 4.0 above, interested firms shall demonstrate relevant and recent experience performing the same or similar efforts to the enclosure (1) SOW requirements. Relevant experience is defined as performing efforts similar in scope, size, and complexity as the enclosure (1) SOW requirements with an annual incurred cost/expense of at least $90M. Recent experience is defined as work performed within 5 years of the SSN posting date. To substantiate the performance of relevant and recent efforts to the enclosure (1) SOW requirements, White Paper Capability statements shall provide a list of current or previous contract references and the effort(s) performed thereunder detailing and evidencing a direct correlation of the contract reference effort to the enclosure (1) SOW requirements using the specific outline provided in Table A below. The Table A outline shall include the following information per individual contract reference:
NOTE: Work deemed not relevant or recent to the enclosure (1) SOW requirements will not be considered.
See Enclosure (2): TABLE A – SUMMARY OF RELEVANT & RECENT WORK
7.0 Company Information and Deadline for Submittal
White Paper Capability statements shall be submitted in Microsoft Word for Office 2000 compatible format or PDF format and are due no later than 13 February 2026, 4:00pm ET. The White Papers shall not exceed 25 pages in total, using 12-point Times New Roman and 1” margin and shall be submitted via e-mail to Christopher Beck at Chritopher.Beck@ssp.navy.mil and to Kekoa Erber at Kekoa.Erber@ssp.navy.mil.
ALL White Paper Capability submittals shall include the following information “not” included in the aforementioned maximum 25-page limit:
Responders shall indicate which portions of their response are proprietary and should mark them accordingly. It is the responsibility of the interested businesses to monitor the SAM.gov website for additional information pertaining to any potential acquisition.
8.0 Government Assessment
The White Paper Capability statement responses received in response to this SSN must meet the requirements stated in the SSN and will be evaluated to determine whether each respondent is Capable or Not Capable of performing the requirements. This evaluation will be based solely on the specific data and supporting content provided by respondents in their White Paper Capability statement submissions. Incomplete or generalized White Paper Capability statements, without specificity as it relates to the SSN content requirements, omitted content, or content which fails to address all of the requirements of this SSN, will have a direct effect upon the Government’s capability assessment. The Government’s Capability Evaluation will include, but is not limited to, an assessment of the following:
(1) The contractor’s specific and evidenced / demonstrated possession of the minimum qualifications / experience requirements identified in paragraph 4.0;
(2) The contractor’s demonstrated ability to manage, as a prime contractor, the types and magnitude of requirements identified in the enclosure (1) SSN SOW based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity;
(3) The contractor’s demonstrated technical ability, as a prime contractor, to execute the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity; and
(4) The contractor’s demonstrated capacity to execute the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity, the quantity of personnel required, and the contract award date.
9.0 SSN Disclaimer
This SSN is issued solely for Market Research purposes. It does not constitute a Request for Proposal (RFP) nor a promise to issue an RFP in the future. This SSN does not commit the Government to solicit or award a contract. The information provided in the SSN is subject to change and is not binding on the Government. Respondents are advised that ALL costs associated with responding to this SSN will be solely at the interested parties expense and the U.S. Government will not pay for any information or costs incurred or associated with submitting a SSN White Paper Capability statement, including any requests for follow-up information. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns).
2027 SYSTEMS ENGINEERING & INTEGRATION SUPPORT SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.