Opportunity

SAM #N0003026R2017

Engineering Services and Hardware Delivery for Trident II Missile Reentry Subsystems and Common Missile Compartment

Buyer

Strategic Systems Programs (SSP)

Posted

March 26, 2026

Respond By

April 10, 2026

Identifier

N0003026R2017

NAICS

541330, 336414, 336419

The U.S. Navy's Strategic Systems Programs (SSP) is seeking industry input for engineering services and hardware delivery supporting the Trident II (D5LE) Missile Reentry Subsystems and the Common Missile Compartment (CMC) for Columbia Class and Dreadnought submarines. - Government Buyer: - Department of Defense, Department of the Navy, Strategic Systems Programs (SSP), Washington Navy Yard, Washington, DC - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Products and Services Requested: - Engineering services for integration of Trident II Submarine Launched Ballistic Missiles (including Nuclear Reentry Bodies) into new U.S. and U.K. submarine classes - Program management, systems engineering, and shipyard installation test support for CMC missile system integration - Procurement, testing, and delivery of Coordinated Shipboard Allowance List (COSAL) equipment for both U.S. and U.K. submarines - Readiness testing, technical support, and flight test operations for experimental vehicles and reentry system hardware - Production and delivery of Navy Experimental Surveillance Test (NEST) flight hardware - Design and production of missile servicing support equipment and specialized simulator test equipment - Delivery of Digital Engineering Contract Data Requirements List (CDRL) deliverables - Unique or Notable Requirements: - Facility clearance at the SECRET level and computing facilities cleared for SECRET data processing - Relevant past performance in missile system program management and hardware delivery - Support for both U.S. (Columbia Class) and U.K. (Dreadnought) submarine programs - Small businesses are encouraged to respond - Period of Performance: - Estimated five-year contract, with Cost Plus Fixed Fee, Level-of-Effort, and Completion Term CLINs - Place of Performance and Delivery: - Washington Navy Yard, Columbia Class submarines, Dreadnought submarines, and specific U.S. and U.K. submarine hulls (US04, US05, US06, UK09, UK11)

Description

FY27 COMMON MISSILE COMPARTMENT (CMC)

1.0      Product Service Code (PSC) L014 – Technical Representative – Guided Missiles

2.0      North American Industry Classification System (NAICS) Code 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. 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 support Trident II (D5LE) Missile Reentry Subsystems supplies and services in support of the construction of the Common Missile Compartment for the Columbia Class Submarine as identified in the enclosure (1) SSN Statement of Work (SOW) cited in paragraph 8.0 below. The contract type will include Cost Plus Fixed Fee, Level-of-Effort (LOE) and Completion Term Contract Line Item Numbers (CLINS). The performance of the Contract will be from 1 March 2027 – 28 February 2032. 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 a. SSP is seeking detailed, complete, and thorough White Paper capability statements from interested firms who can demonstrate and document 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 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 March 2027.

6.1      Small Business Concerns IAW FAR Subpart 19.101 Small business goals, 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 the 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 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 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 enclosure (1) SSN SOW requirements in paragraph 8.0. This experience shall be documented as specified in paragraph 9.0. SSP requires Engineering Services to support integration of existing Trident II (D5) Submarine Launched Ballistic Missiles, including Nuclear Reentry Bodies into new U.S. and U.K. submarine classes. The Engineering Services sought will support completion of the submarine designs, and the construction and test support for both classes. SSP requires Engineering Services to support the design and production of Submarine Launched Ballistic Missile servicing support equipment, and the development, production, and integration of specialized Submarine Launched Ballistic Missile simulator test equipment. The Period of Performance is estimated to be five (5) years. NOTE: This requirement will entail the development and delivery of Digital Engineering (DE) Contract Data Requirements List (CDRL) deliverables. Firms must identify their present capability to develop and deliver DE CDRL deliverables.

8.0      Description of Requirements See enclosure (1) SSN SOW Requirements.

8.1      Quantity of Personnel Required / Place of Performance There will be no Full Time Equivalent (FTE) personnel who will provide on-site support at the Washington Navy Yard.

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 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 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 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 to the Table A SSN CLIN SOW outline 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 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 Customer point of contact with valid phone number and email. TABLE A – SUMMARY OF RELEVANT & RECENT WORK EXPERIENCE See attached document for CLIN breakout to provide Summary of Relevant & Recent Work Experience

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 10 April 2026, 4:00pm EST. The White Papers shall not exceed 5 pages in total, using 12-point Times New Roman and 1” margin and shall be submitted via e-mail to Elizabeth.Tamas@ssp.navy.mil and Angela.McKelvey@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 counted in the aforementioned maximum 5-page limit: Company Administrative Information Company Name: Company Point of Contact (email and phone) and Title: Company Address Unique Entity Identifier (UEI) No. Cage Code: Size of business, including; total annual revenue, by year, for the past five years and number of employees; 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; Number of years in business; 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 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 effect upon the Government’s assessment of the White Paper submittal. The Government’s assessment will include, but is not limited to, the following: The respondent’s specific and evidenced / demonstrated possession of the Minimum Qualifications / Experience requirements identified in paragraph 7.0; 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; 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 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 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).

View original listing