Active Solicitation · DEPT OF DEFENSE

    LIFECYCLE SUSTAINMENT AND TECHNICAL SUPPORT FOR THE MARINE CORPS TACTICAL INSTRUMENTATION SYSTEM-PERSONNEL (MCTIS-P)

    Sol. N0003027R1045Sources SoughtWASHINGTON NAVY YARD, DC
    Open · 13d remaining
    DAYS TO CLOSE
    13
    closes May 26, 2026
    POSTED
    May 11, 2026
    Publication date
    NAICS CODE
    811219
    Primary industry classification
    PSC CODE
    Product & service classification

    AI Summary

    The Department of Defense is seeking sources for lifecycle sustainment and technical support for the Marine Corps Tactical Instrumentation System-Personnel (MCTIS-P). This opportunity is a Sources Sought Notice aimed at gathering market research and does not involve proposals or contract awards at this stage.

    Contract details

    Solicitation No.
    N0003027R1045
    Notice Type
    Sources Sought
    Posted Date
    May 11, 2026
    Response Deadline
    May 26, 2026
    NAICS Code
    811219AI guide
    Primary Contact
    Robert Morse
    State
    DC
    ZIP Code
    20374-5127
    AI Product/Service
    service

    Description

    Lifecycle Sustainment and Technical Support for the Marine Corps Tactical Instrumentation System-Personnel (MCTIS-P)

    1.0       Product Service Code:

    J – Maintenance, Repair, and Rebuilding of Equipment- Training Aids and Devices (J069)

    L – Technical representative services (L069)

    2.0       North American Industry Classification System (NAICS) Code 

    The applicable North American Industry Classification System (NAICS) code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance and 541330 – Engineering Services.

    3.0       Contracting Office Address

    Strategic Systems Programs (SSP)

    1250 10th Street, Suite 4600

    Washington DC 20374

    4.0       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 synopsis.  THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Therefore, no proposals are being requested or accepted in response to this SSN.

    5.0       Purpose

    In accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10, SSP is conducting market research to determine if sources are capable of successfully performing the requirements identified in this SSN. Specifically, SSP is seeking capable firms to provide Life cycle sustainment services for the MCTIS-P equipment identified in Table A and in paragraph 8.0 below.

    The contract type will include Cost Plus Incentive Fee, Level-Of-Effort (LOE) and Term Contract Line Item Numbers (CLINS).  The Period of Performance (POP) will include a 2 year base effort from 1 March 2027 – 28 February 2029.

    NOTE: Given the highly technical nature of SSP’s mission set as a major weapons systems command and corresponding technical requirements, respondents must provide recent and relevant past performance data (as detailed below) to demonstrate and substantiate the respondents ability to successfully execute requirements detailed in this SSN.

    6.0       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 7.0 which are critical to the successful execution of the requirements, and 2) demonstrate recent and relevant experience, as the Prime contractor (or subcontractor) performing the same/similar efforts of the same/similar scope, size, and complexity to the requirements identified in paragraph 8.0.  Interested firms must demonstrate their existing capability, or potential to acquire the capability, to meet the requirements in paragraph 8.0 by the time of contract award, estimated to be 1 March 2027.

    6.1       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 7.0 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 in paragraph 8.0, as well provide the requisite past performance experience detailed in Section 9.0, 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 paragraph 8.0 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 paragraph 8.0 requirements must be addressed in any submitted partnering submittal, if obtainable.

    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.  

    7.0       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 g below which are critical to the successful execution of the requirements in paragraph 8.0.  This experience shall be documented as specified in paragraph 9.0.

    SSP requires the prospective contractor to have knowledge, expertise, and experience that includes, but is not limited to operation of force-on-force exercise drills, training and maintenance of the MCTIS-P system along with its mobile command and control configurations. The prospective contractor must also possess or have the ability to acquire supporting technical data for the MCTIS-P system.

    1. Engineering analysis of components and subcomponents of the MCTIS-P and higher-level assemblies such as MCTIS Core requirement. This experience should include execution of exercise drills using the MCTIS-P with the Marine Corps, Program manager Training Systems Command (PM TRASYS) assets
    2. Development and adjudication of Department of War (DoW) risk management framework requirements for the MCTIS-P system
    3. Development, analysis and edit of supporting technical documentation for the MCTIS-P system to include but not limited to technical drawings and operations manuals
    4. Provision of operator training, exercise drill training, system troubleshooting training and execution of train-the-trainer requirements for the MCTIS-P
    5. Provision of maintenance and repair of the system’s hardware and software components
    6. Provision of contractor logistics services to include but not limited to supply support; inventory management, obsolescence resolution and Item unique identification (IUID) installation, configuration management, asset visibility tracking, operational and material availability readiness metrics development and tracking, failure tracking, technical reach back/help desk support for the MCTIS-P
    7. Real time maintenance tracking and safety and hazard identification and assessment for the MCTIS-P

    8.0       Description of Requirements  

    The Contractor must demonstrate their inherent capability and if they have access to the requisite technical data at the time of this posting to provide the services as detailed below.  This list is not all inclusive:

    0001.Contractor Logistics Support (CLS)

      1. Issuance and notification of safety recall notices
      2. Safety Assessment and Hazard Identification reports or lists
      3. Training and documentation on non-repair instrumentation component replacement
      4. Packaging, storage and handling information and or instruction
      5. List of initial spares
      6. Purchase order agreement to cover equipment and spares.
      7. List of critical spares, list of high failure parts, list of long lead time parts, list of single point failure parts.
      8. Data sharing of most updated OEM owned technical manuals
      9. Development of a preventative maintenance schedule
      10. Corrective Maintenance execution at contractor facility or government depot
      11. Part obsolescence resolution that aligns with solutions provided to PM TRASYS
      12. Shipping and receiving at contractor site in support of maintenance actions
      13. Identification of all technical data that has been shared with the Program of record PM TRASYS.
      14. Track items submitted for maintenance in accordance with the maintenance schedule and corrective maintenance in a contractor provided, web-based maintenance tracking system for real-time asset tracking and maintenance management.
      15. Implement IUID tagging requirements to facilitate IUID program execution by the government.
      16. Maintain asset visibility for all government property received for maintenance and or repair via inventory tracking. Government reserves the right to execute spot inventories.

    0002.Training Event and Exercise Support

    a. Event and exercise set up and execution training at the unit level.

    0003. Train-the-Trainer Support

    a. Equipment, hardware and software operator training of NWS designated personnel to support independent operation of the MCTIS-P

    b. Delivery of a training curriculum to be executed by NWS

    c. Software and instrumentation troubleshooting training

    d. Training on system wipe procedures of events exercises from instrumentation and hardware and software

    e. Maintenance Training; remove and replace procedures as applicable

    f. Preventative Maintenance Inspection Training in accordance with technical manual

    0004. Engineering Support

    a. Configuration control of the equipment to maintain alignment with the Program of record at the Marine Corps Systems Command

    b. Failure tracking report

    c. Identification of technology refresh roadmap; plan of future system upgrades. If data exists elsewhere; identify source.

    d. Engineering investigation and analysis

    e. Demonstrate capability and methodology in meeting the following key performance parameters; Operational Availability (Ao) of ≥ 95% and a Materiel Availability (Am) of ≥ 95% and Maximum Time to Repair (MaxTTR) of 120 minutes (to the 90th percentile) for corrective maintenance.

    0005. Post-Deployment Software Support (PDSS)

                a. Completion of RMF artifacts and products related as requested by NWS

                b. Risk Management Framework updates

                c. Technical and help desk support to users and NWS personnel; virtual and in person

    d. Installation of all software updates; to include windows version updates required to maintain MCTIS-P system configuration associated with MARCOM ATO authorization update efforts.

    e. Installation of all hardware updates required to maintain MCTIS-P system configuration associated with MARCOM ATO authorization update efforts

    f. System Back up and Restoration Training for government system operators

    8.1       Quantity of Personnel Required / Place of Performance

    Two (2) total Full Time Equivalent (FTE) personnel who will provide virtual and on-site support at the Strategic Weapons Facility Atlantic (SWFLANT) and Strategic Weapons Facility Pacific (SWFPAC). One person is assigned per facility.

    9.0       Evidentiary Qualifications/Experience Documentation Requirements

    Interested firms must possess the requisite minimum qualifications and experience identified in paragraph 7.0 and demonstrated relevant and recent experience as it relates to the requirements in paragraph 8.0. White Paper Capability statements must include all of the content and details identified below:

    9.1       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 7.0.  This section may cite paragraph 8.0 requirements reference efforts detailed in Table A of paragraph 9.2 below provided that respondents provide context and rationale as to how that paragraph 8.0 reference effort(s) demonstrate possession of the applicable Minimum Qualifications / Experience requirements of bullets a through g identified in paragraph 7.0 – or have capability of obtaining by contract award.

    9.2       Relevant & Recent Experience / Supporting Narratives

    In addition to demonstrating possession of the requisite Minimum Qualifications / Experience requirements identified in paragraph 7.0 above (or have capability of obtaining by contract award), interested firms shall demonstrate relevant and recent experience performing the same or similar efforts and or completion tasks (as applicable) to the paragraph 8.0 requirements. Relevant experience is defined as performing efforts/tasks similar in scope, size, and complexity as the paragraph 8.0 requirements with an annual incurred cost/expense of at least $3.5M.  Recent experience is defined as work performed within 5 years of the SSN posting date.  To substantiate the performance of relevant and recent efforts/tasks to the paragraph 8.0 requirements, White Paper Capability statements shall provide a list of current or previous contract references and the efforts/tasks performed thereunder detailing and evidencing a direct correlation of the contract reference efforts/tasks to the paragraph 8.0 requirements using the specific outline provided in Table A below.  Submitter’s responses to the Table A SSN requirements outline shall include the following information per individual contract reference:

    1. Summary of relevant work performed and how that specific work demonstrates capability to perform the specific requirements identified in the paragraph 8.0 requirements;
    2. Current / Prior Contract Number(s) and Customer/Agency Supported;
    3. Identification of your role as the Prime or Subcontractor;
    4. Contract Type;
    5. Period of performance of the specific contract reference effort performed;
    6. Quantity of FTE personnel utilized on the specific contract reference effort, per annum, with distinction and FTE quantities identified between the respondents FTE employees and any subcontractor FTE employees;
    7. Net Dollar value (base and options) for each contract reference and the Annual Incurred costs for each contract reference provided which demonstrates the magnitude of those contract references in comparison to the annual estimated value cited in paragraph 9.2 above.  NOTE: solely citing an IDIQ ceiling amount or base and all options aggregate value without the annual incurred costs for the submitted contract reference(s) is NOT acceptable – amounts must be specific to the actual incurred costs for a Contract CLIN(s) or Individual Task Order(s), for the contract reference(s) cited in Table A below; and
    8. Customer point of contact with valid phone number and email.

    TABLE A – SUMMARY OF RELEVANT & RECENT WORK EXPERIENCE

    SSN Para 8.0

    Requirement

    Paragraph 8.0 Requirements Summary – Document the specific correlation of the contract reference efforts/tasks to the paragraph 8.0 requirement

    0001

    Contractor Logistics Support

    0002

    Training Event and Exercise Support

    0003

    Train-the-Trainer Support

    0004

    Engineering Support

    0005

    Post-Deployment Software Support (PDSS)

    10.0     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 26 May 2026, 4:00pm EST.  The White Papers shall not exceed 10 pages in total, using 12-point Times New Roman and 1” margin and shall be submitted via e-mail to Robert Morse at Robert.Morse@ssp.navy.mil and Lauren Shallow at Lauren.Shallow@ssp.navy.mil.

    NOTE: The page count, font size, and margin requirements apply to the entire SSN response, to include any Cover Page, Attachments, Headers, Footers, etc. “excluding” the Company Administrative Information below. 

    The Government is seeking detailed content and responses to the SSN requirements over any promotional details, pictures, etc.

    ALL White Paper Capability submittals shall include the following Company Administrative Data which is “NOT” included in the aforementioned maximum 10-page limit:

     Company Administrative Information

      1. Company Name:
      2. Company Point of Contact (email and phone) and Title:
      3. Company Address:
      4. Unique Entity Identifier (UEI) No:
      5. Cage Code:
    1. Size of business, including; total annual revenue, by year, for the past five years and number of employees;
    2. Ownership, including whether: small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns;
    3. Number of years in business;
    4. Identification of the current security clearance held at your facility that will provide support to the paragraph 8.0 requirements.  NOTE: Work to be performed under this contract shall require the contractor to have a facility clearance of SECRET and a computing facility that is cleared to process SECRET data.

    Respondents to this SSN shall indicate which portions of their response are proprietary/business sensitive and should mark them accordingly.  It is the responsibility of the SSN respondent to monitor the sam.gov website for additional information pertaining to any potential acquisition.

    11.0     Government Assessment

    The White Paper Capability statement responses to this SSN must meet the requirements stated in the SSN and will be reviewed to determine whether each respondent is capable of performing the requirements.  This review will be based solely on the specific data and supporting content provided by the respondents in their White Paper Capability statement submissions and responses to any follow-on clarification inquires submitted by the Government.  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 affect upon the Government’s assessment of the White Paper submittal.   The Government’s assessment will include, but is not limited to, the following:

    (1) The respondent’s specific and evidenced / demonstrated possession of the Minimum Qualifications / Experience requirements identified in paragraph 7.0;

    (2)  The respondent’s demonstrated ability to manage, as a Prime or Subcontractor, the types and magnitude of requirements identified in the paragraph 8.0 requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity;

    (3)  The respondent’s demonstrated technical ability, as a Prime or Subcontractor, to execute the paragraph 8.0 requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity; and

    (4)  The respondent’s demonstrated capacity to execute the paragraph 8.0 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.

    12.0     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, including any requests for follow-up information, will be solely at the interested parties’ expense and the Government will not pay for any information or costs incurred or associated with submitting a SSN White Paper Capability statement or follow-on responses. 

    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, service-disabled veteran-owned small business, 8(a), HUBZone small business, and women-owned small business programs).

    Key dates

    1. May 11, 2026Posted Date
    2. May 26, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    LIFECYCLE SUSTAINMENT AND TECHNICAL SUPPORT FOR THE MARINE CORPS TACTICAL INSTRUMENTATION SYSTEM-PERSONNEL (MCTIS-P) 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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.