2027 FACILITIES ACQUISITION & ENGINEERING (FA&E) SUPPORT SERVICES
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy's Strategic Systems Programs (SSP) is conducting a Sources Sought Notice (SSN) for 2027 Facilities Acquisition & Engineering (FA&E) Support Services. This market research aims to identify potential sources capable of providing integrated facilities, environmental, and explosives safety engineering support for the TRIDENT II (D5) Fleet Ballistic Missile (FBM), Conventional Prompt Strike (CPS), and Nuclear Sea Launched Cruise Missile (SLCM-N) Programs. White Paper capability statements are due by February 2, 2026, at 4:00 PM ET.
Scope of Work
The required services, detailed in Enclosure 1 (SOW), include:
- Project Planning & Coordination: Site selection, conceptual drawings, cost estimates, master site plan maintenance, explosives safety Site Approval Requests (SARs), NEPA compliance, and inter-agency coordination.
- Project Documentation: Preparation of DD1391, Basic Facility Requirements (BFRs), Facility Planning Documents (FPDs), and Facility Design Criteria (FDC).
- Technical Reviews: Multi-discipline reviews of designs, specifications, and cost estimates for compliance with SSP requirements, NAVFACENGCOM criteria, AT/FP, ABA, and OSHA regulations.
- Construction Projects Monitoring: On-site engineering support, submittal reviews, RFI/change proposal management, and technical issue resolution.
- Facilities Acquisition & Life-Cycle Support: Maintaining SSP facilities data in the Navy’s Real Property Inventory (RPI), conducting investigations, and managing a technical document repository.
- Facility Sustainment Support Services (FSSS): Facility maintenance monitoring (PdM, CBM), preventative/corrective maintenance verification, and Corrosion Control Program administration.
- Facility Evaluation Support: Compliance reviews and technical evaluations for US SWS programs.
Minimum Qualifications & Experience
Respondents must demonstrate:
- Detailed understanding of SLBM, CPS, and SLCM-N system/shore-based facility interfaces.
- Experience in site master planning, MILCON DD1391 documentation, NEPA, multi-discipline engineering reviews, construction oversight, and DoD/Navy explosives safety policy.
- Recent and relevant experience (within 5 years) performing similar efforts with an annual incurred cost/expense of at least $10M. Enclosure 2 (TABLE A) provides a template for detailing this experience.
- A facility clearance of at least SECRET and a computing facility cleared to process SECRET data. All personnel must possess an active SECRET clearance.
Contract & Timeline
- Opportunity Type: Sources Sought Notice (SSN)
- Period of Performance: Base year FY27 (Oct 1, 2026 - Sep 30, 2027) plus four one-year option periods.
- Response Due: February 2, 2026, 4:00 PM ET
- Published Date: January 16, 2026
- Set-Aside: This is market research; the Government reserves the right to consider a set-aside for small businesses or specific small business preference groups.
Place of Performance
Approximately 20 Full Time Equivalent (FTE) personnel will provide on-site support at or near the Washington Navy Yard. Services are also required at various Strategic Weapons Facilities (e.g., Kings Bay, GA; Bangor, WA), Naval Ordnance Test Unit (Cape Canaveral, FL), and other CONUS and OCONUS locations, including the UK.
Submission Requirements
White Paper Capability Statements, not exceeding five pages (12-point Times New Roman, 1" margins), must be submitted via email to Christopher.Beck@ssp.navy.mil and Kekoa.Erber@ssp.navy.mil with "Sources Sought" in the subject line. Submissions must include administrative information (Company Name, POC, Address, DUNS, CAGE, size, ownership, years in business, and facility security clearance) outside the page limit. Responders should indicate proprietary portions.
Additional Notes
This SSN is for market research only and is not a Request for Proposal (RFP). It does not guarantee a future solicitation or contract award. No reimbursement will be made for costs incurred in responding.