Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2025 SAM #8720
SOURCES SOUGHT

14 -- FY27 - FY28 STRATEGIC WEAPON SYSTEM (SWS) SHIPBOARD NAVIGATION SUPPORT SERVICES FOR THE TRIDENT II D5 FLEET BALLISTIC MISSILE (FBM) PROGRAM

Notice Date
10/9/2025 3:26:50 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
STRATEGIC SYSTEMS PROGRAMS WASHINGTON NAVY YARD DC 20374-5127 USA
 
ZIP Code
20374-5127
 
Solicitation Number
N0003026R3015
 
Response Due
10/14/2025 1:00:00 PM
 
Archive Date
10/29/2025
 
Point of Contact
Krista Argabright, Phone: 2024513260, Xeo Golding, Phone: 2024411642
 
E-Mail Address
krista.argabright@ssp.navy.mil, xeo.golding@ssp.navy.mil
(krista.argabright@ssp.navy.mil, xeo.golding@ssp.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Update for clarity: The current imcumbent of the required effort is Lockheed Martin Rotary and Mission Systems, and this is a follow-on requirement to a current sole source effort and inextricably linked to the efforts supported under previously awarded sole source contracts as listed in the original notice. The current contract effort and previously awarded efforts linked to this requirement were all awarded as sole source efforts under the authority at FAR 6.302-1 "" Only one responsible source and no other supplies or services will satisfy agency requirements."" Please note that the required response time has been amended with this update. All responses are now due by 4:00pm EDT on 14 October 2025. ________________________________________________________________________________________________________ STRATEGIC WEAPON SYSTEM (SWS) SHIPBOARD NAVIGATION SUPPORT SERVICES FOR THE TRIDENT II D5 FLEET BALLISTIC MISSILE (FBM) PROGRAM 1.0 Product Service Code (PSC) 1427 � GUIDED MISSILE SUBSYSTEMS 2.0 NAICS & PSC Codes The applicable North American Industry Classification System (NAICS) code is 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 identify potential sources capable of successfully performing the requirements identified in this SSN. This required effort is inextricably linked to the efforts supported under Strategic Systems Programs (SSP) NAV Technical Engineering Services (TES) contract N0003018C0002, and NAV Development contract N0003018C0045; and follow-on N0003019C0045, N0003020C0045, N0003023C6045, and N0003025C6045 contracts, which were awarded on a sole-source basis to Lockheed Martin Rotary and Mission Systems. Specifically, SSP is seeking capable firms to provide support of the Strategic Weapon System (SWS) Shipboard Navigation for the TRIDENT II (D5) Fleet Ballistic Missile (FBM) Program through the following: Technical Support, Engineering Support, Program Management, and Incidental Material to provide operational and maintenance support tasks (to include logistics, safety, Failure Review Boards (FRBs), project engineering, or change control), program management (to include forward planning and resource management), procure incidental materials (to include miscellaneous consumables) to complete U.S. OHIO, U.S. COLUMBIA, UK Vanguard, and UK Dreadnought Special Projects in support of the existing TRIDENT II (D-5) Navigation Subsystem. Engineering Support, Program Management, and Incidental Material to provide engineering support (to include support for feasibility studies, research, design, development, test and evaluation, installation, producibility, project control, or change control) program management (to include forward planning and resource management), procure incidental materials (to include miscellaneous consumables) to complete Developmental, U.S. OHIO, U.S. COLUMBIA, UK Vanguard, and UK Dreadnought Special Projects in support of the existing TRIDENT II (D-5) Navigation Subsystem. Deliver hardware as defined in Exhibit Line Items (ELINs) for the U.S. OHIO, U.S. COLUMBIA, and UK Dreadnought production program in support of the existing TRIDENT II (D-5) Navigation Subsystem. Deliver hardware as defined in ELINs and perform repairs for U.S. OHIO and UK Vanguard as required for Repairs, Test Equipment, Spares, Tools, and Materials Procurement in support of the existing TRIDENT II (D-5) Navigation Subsystem. Deliver hardware as defined in ELINs for U.S. OHIO Test Equipment, Spares, Tools, and Materials in support of the existing TRIDENT II (D-5) Navigation Subsystem. Manage the Navigation TR-E3 installation and be responsible for the onsite implementation of TR-E3 SSP Alterations (SPALT) in support of the existing TRIDENT II (D-5) Navigation Subsystem. Deliver hardware as defined in ELINs in accordance with the approved Design Disclosure Package (DDP) in support of the TRIDENT II Life Extension (D5LE) strategic weapons system. Support Services and touch labor relating to design and development efforts, documentation, logistics, engineering, hardware, and associated documentation services. Coordination, transportation, and tracking of all produced and delivered materials to locations as required. The contract types will include Cost Plus Incentive Fee and Cost-Plus Fixed Fee Contract Line-Item Numbers (CLINs). Performance is expected to begin First Quarter of fiscal year (FY) 2027 and consist of a one (1) year base period and one (1) option period. 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 respondent�s ability to successfully execute requirements detailed in this SSN. 6.0 White Paper Capability Statement Credentials a. 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, performing the same/similar efforts of the same/similar scope, size, and complexity to meet the enclosure (1) SSN SOW requirements identified in paragraph 8.0. Interested firms must demonstrate their existing capability, or potential to acquire the capability, to meet the enclosure (1) SSN SOW requirements by the time of contract award, estimated to be 1 October 2026. 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 the enclosure (1) SSN SOW requirements identified 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 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 if attainable. 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 f below which are critical to the successful execution of the enclosure (1) SSN SOW requirements in paragraph 8.0. This experience shall be documented as specified in paragraph 9.0. Familiarity and recent experience performing development, production, installation sustainment, repairs, and training for the U.S. Navy SSBN, Strategic Weapons System (SWS), and the Inertial Navigation Sub-system (INS); In depth knowledge and experience working with the Strategic Systems Programs Operational Directives (ODs), SSP Instructions (SSPINST), and the SSP Technical Program management processes as outlined in the T9001-C. Detailed knowledge and understanding of the interfaces between the Submarine Launched Ballistic Missile (SLBM) and Strategic Weapon System (SWS) is required. Specialized field engineering services for production, testing, and installation of strategic hardware on-board U.S. OHIO and U.S. COLUMBIA as well as UK Vanguard and UK Dreadnought Class submarines. In depth knowledge and experience in development, production, installation and repair of the SWS and INS. Sufficient Personnel trained, qualified, and experienced in the completion of repairs to the SWS, SWS Sub-systems, and INS in conjunction with the SLBM and related Programs. 8.0 Description of Requirements See enclosure (1) SSN SOW Requirements. 8.1 Quantity of Hour for Level of Effort / Place of Performance It is anticipated that approximately 42,800 hours will be necessary to complete the required efforts. Level of effort CLINs are identified in enclosure (1). This requirement will entail performance in Mitchel Field, NY; Huntington Beach, CA; Manassas, VA, and various other locations. 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 enclosure (1) SOW 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 contract reference efforts detailed in Table A of paragraph 9.2 below provided that respondents provide context and rationale as to how that contract reference effort(s) demonstrate possession of the applicable Minimum Qualifications / Experience requirements of bullets a through f 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 enclosure (1) SSN SOW requirements in paragraph 8.0. Relevant experience is defined as performing efforts/tasks similar in scope, size, and complexity as the enclosure (1) SSN SOW requirements with an annual incurred cost/expense of approximately $66M, sustained over a period of at least 2 years. 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 enclosure (1) SSN SOW 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 enclosure (1) SSN SOW using the specific outline provided in Table A below. Submitter�s responses shall include the following information per individual contract reference: Summary of relevant work performed and how that specific work demonstrates capability to perform the specific requirements identified in the enclosure (1) SSN SOW requirements; Current / Prior Contract Number(s) and Customer/Agency Supported; Identification of your role as the Prime or Subcontractor; Contract Type; Period of performance of the specific contract reference effort performed; 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; Net Dollar value (base and options) for each contract reference and the Annual Incurred costs for each contract reference provided. 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 Customer point of contact with valid phone number and email. TABLE A � SUMMARY OF RELEVANT & RECENT WORK EXPERIENCE SSN SOW CLIN Requirement Contract Reference(s) Summary � Document the specific correlation of the contract reference efforts/tasks to the enclosure (1) SSN SOW CLIN efforts/tasks CLIN 7007 - OHIO Special Projects (OMN) CLIN 7011 - OHIO Special Projects (OPN) CLIN 7013 - Vanguard and Dreadnought Special Projects CLIN 7015 - OHIO Production Support CLIN 7017 - Development Special Projects CLIN 7018 - Dreadnought Production Support CLIN 7025 - OHIO Repairs, Test Equipment, Spares, Tools, and Materials Procurement CLIN 7026 - Vanguard Repairs, Test Equipment, Spares, Tools, and Materials Procurement CLIN 7027 - OHIO Test Equipment, Spares, Tools, and Materials Procurement CLIN 7028 - COLUMBIA Special Projects CLIN 7034 - COLUMBIA Production Support CLIN 7039 - TR-E3 Proofing CLIN 7043 - D5LE Materials CLIN 8007 - OHIO Special Projects (OMN) CLIN 8011 - OHIO Special Projects (OPN) CLIN 8013 - Vanguard and Dreadnought Special Projects CLIN 8017 - Development Special Projects CLIN 8018 - Dreadnought Production Support CLIN 8025 - OHIO Repairs, Test Equipment, Spares, Tools, and Materials Procurement CLIN 8026 - Vanguard Repairs, Test Equipment, Spares, Tools, and Materials Procurement CLIN 8027 - OHIO Test Equipment, Spares, Tools, and Materials Procurement CLIN 8028 - COLUMBIA Special Projects CLIN 8034 - COLUMBIA Production Support 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 20 October 2025, 4:00 pm EDT. 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 krista.argabright@ssp.navy.mil. ALL White Paper Capability submittals shall include the following information �not� included in the aforementioned maximum 10-page limit: 1. Company Administrative Information a. Company Name: b. Company Point of Contact (email and phone) and Title: c. Company Address: d. Unique Entity Identifier (UEI) No: e. Cage Code: 2. Size of business, including; total annual revenue, by year, for the past five years and number of employees; 3. 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; 4. Number of years in business; 5. Identification of the current security clearance held at your facility that will provide support to the enclosure (1) SOW requirements. NOTE: Work to be performed under this contract shall require the contractor to have a facility clearance of TOP 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 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 enclosure (1) SSN SOW 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 enclosure (1) SSN SOW 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 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. 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 an 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).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/06e3e56cbf01404dbf6676e52698d662/view)
 
Place of Performance
Address: Uniondale, NY, USA
Country: USA
 
Record
SN07616726-F 20251011/251009230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.