Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2025 SAM #8683
SOURCES SOUGHT

H -- 2026 FLIGHT TEST INSTRUMENTATION (FTI) DEVELOPMENT, PRODUCTION, SUPPORT AND INSTALLATION

Notice Date
9/2/2025 10:20:52 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
N0003022C2001-NP4
 
Response Due
9/16/2025 1:00:00 PM
 
Archive Date
10/01/2025
 
Point of Contact
Contracting Officer, Phone: 2024513259, Contracting Officer
 
E-Mail Address
spn206@ssp.navy.mil, spn20@ssp.navy.mil
(spn206@ssp.navy.mil, spn20@ssp.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
1.0 Product Service Code (PSC) H914 � OTHER QC/TEST/INSPECT � 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. 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 support the high-level requirements as detailed below, including: SSP requires follow-on engineering services support for U.S. Navy SSP-owned Flight Test Instrumentation (FTI) systems operated in support of SSP Trident II Flight Tests and SSP CPS flight tests. SSP requires maintenance, operation, sustainment, logistics support and life cycle management for the FTI systems to ensure the highest availability and maximum data collected during flight tests. SSP also requires development, design, delivery, and validation of a land-based telemetry system to be used for midcourse coverage of Atlantic flight tests. This system should be portable and be able to collect data for multiple objects simultaneously. Additional requirements include program management administrative engineering and operation support for services relating to design and development efforts, documentation, logistics, engineering, field engineering, hardware and software SPALT kits. Development and delivery of an integrated master schedule in accordance with the installation working group, to include installation and testing applicable SPALTs as defined in the program plan, for the Fire Control System (FCS) SDS, to include system software, hardware, fleet documentation and deliver applicable reports Specialized Engineering Services and support for the Shipboard Data System (SDS) and any related support equipment. Development of SPALT Proposals and support for SDS Seaware Applications. Support the Shipboard Systems Modernization (SSMP) operational installations and deployment of the SDS, provide site support integration with the shipyard, conduct and support approved Shipyard Integrated Test procedures, perform engineering and operation support, and perform on-site support as defined in applicable Ordnance Documents (ODs), Program Plans, and technical management documents. Continue development and mature elements of the resilient common infrastructure system which make up the core architecture, to include application support, computing platform, network infrastructure services, edge security in support of application software, sensor effectors as decomposed to a lower level function such as trusted middleware, operating system, resilient computing software, data protection, network switch, and other hardware/software components as part of the overarching common infrastructure. Mature and demonstrate architecture concepts to meet lower level decomposed functions using simulations and prototype hardware and software. Provide systems engineering analysis and deliver trade studies in accordance with established SSP ODs and Systems Engineering Plan with the utilization of model based engineering methodologies to further define, enable and demonstrate a flexible, resilient computing and networking infrastructure for current and future shipboard data systems. The contractor shall also deliver Specialized tactical Engineering Services and Logistics services to install, troubleshoot and test SDS across the U.S. Develop and deliver the Strategic Systems Programs D5LE2 design items in accordance with established ODs, Program Plans and applicable Systems Engineering Plan, and the established technical program management plan. Provide Specialized systems engineering services in support of D5LE2 Systems Engineering Group (SEG) and systems engineering analysis to support Strategic Weapon System (SWS) trade studies, including decomposition of system requirements specifications, allocated ASRS, development of a tactical capabilities roadmap complete with steps and risks needed to deliver a concept to full capability. The contract type will include Cost Plus Fixed Fee, Cost Plus Incentive Fee, Term Contract Line Item Numbers (CLINS). The final delivery will occur 48 months after contract award. 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, 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 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 early 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 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 bullets �a� through �g� 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. SSP requires follow-on engineering services support for U.S. Navy SSP-owned Flight Test Instrumentation (FTI) systems operated in support of SSP Trident II Flight Tests and SSP CPS flight tests. SSP requires maintenance, operation, sustainment, logistics support and life cycle management for the FTI systems to ensure the highest availability and maximum data collected during flight tests. Detailed understanding of coordinated interfaces between the Submarine Launched Ballistic Missile (SLBM) system and shore-based support facilities is required. Familiarity and recent experience performing development, production, installation sustainment, for the U.S. Navy SSBN, Strategic Weapons System (SWS), specifically the Shipboard Data System (SDS) and adjacent sub-systems; 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 COLUMBIA. In depth knowledge and experience in development, production, and installation of the SWS, and associated sub-systems. Detailed understanding of and recent experience with coordinated interfaces between the Submarine Launched Ballistic Missile (SLBM) system, the AWCS, as well as implementation of emerging technologies and enhancements into these systems afloat and shore-based support facilities is required. 8.0 Description of Requirements See enclosure (1) SSN SOW Requirements. 8.1 Quantity of Personnel Required / Place of Performance It is anticipated that greater than 25 Full Time Equivalent (FTE) personnel will be necessary to complete the required efforts. Level of Effort and Completion CLINs are identified in enclosure (1). This requirement will entail performance in Kings Bay, Georgia; Bangor, Washington; Quonset Point Rhode Island; Groton Connecticut; and, various 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 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 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 $95M. 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 As detailed in paragraph 8.0, the SOW CLIN titles are referenced below. SSN respondents are to associate their past performance contract references to these specific CLIN scope areas to substantiate their current or past performance providing the same or similar efforts/deliverables. CLIN TITLE PAST PERFORMANCE 5002 FY'26 Sparing & Repairs 5010 PATS Replacement S-Band Phased Array Telemetry Acquisition (SPARTA) 5013 Mk7 FTI Improvements 5018 SP28 Support (WPN) 5046 BOA TASTC LOE 5047 BOA TASTC Spares 5049 CPS Flight 1 Mission Support 5052 SP27 TMK2 Support Studies 5057 FTSS SPALT 5023 Columbia (CLB) Class Engineering - US01 US02, US03 5026 US03 SDS Production/Installation/Shipyard Support 5027 FY26 SDS Inc 15 Install 5029 FY26 Cont Modernization/ Tech Maturation (SF1) 5032 US01 SY/SITP Support 5034 Special Projects (SCN) 5036 FY26 Special Projects 5037 FY26 Special Projects 5038 FY26 SSMP Installation 5040 FY26 Ohio/Vanguard Tech Refresh Development 5041 FY26 Ohio/Vanguard Tech Refresh Production 5042 US Ohio Tech Refresh Installation 5043 FY26 D5LE2 Support 5044 FY26 D5LE2 DAR/Offload Development 5053 SDS RF2 Development Phase 2 5054 US Landbased SDS RF2 Production/Installation 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 September 16, 2025, 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 SPN206@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 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 minimum 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 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 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).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc8ee6467c0b4a04b8a9566a9257c739/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07575262-F 20250904/250902230053 (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.