2027 STRATEGIC SYSTEMS PROGRAMS TEST MEASUREMENT AND DIAGNOSTIC EQUIPMENT LIFE CYCLE SUPPORT SERVICES

SOL #: N0003026R3041Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
STRATEGIC SYSTEMS PROGRAMS
WASHINGTON NAVY YARD, DC, 20374-5127, United States

Place of Performance

Washington, DC

NAICS

Engineering Services (541330)

PSC

Technical Representation Services: Miscellaneous (L099)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 6, 2026
2
Response Deadline
Feb 23, 2026, 9:00 PM

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 market research via a Sources Sought Notice (SSN) to identify qualified firms capable of providing Test Measurement and Diagnostic Equipment (TMDE) Life Cycle Support (LCS) Services. This effort supports OHIO/COLUMBIA and VANGUARD/DREADNOUGHT Class Submarines. Capability statements are due by February 23, 2026, 4:00 PM EST.

Purpose & Scope

This SSN, issued under FAR Part 10, aims to determine industry interest and capability for a potential Fixed Price, Term Contract with a base year (FY26: October 1, 2026 – September 30, 2027) and four one-year option periods. The required services, detailed in Enclosure 1 SOW, include:

  • Program Coordination Support: Technical documentation, meetings, TMDE Status Inspections (TSIs), US/UK Inter-laboratory Comparison Program (ILCP), and audits.
  • Information System Support: Administration of SSP TMDE LCS Program Information Data Quality System (PIDQS), and knowledge of submarine electronic information systems (e.g., MCMS, PMS SKED).
  • Fleet and Training Support: Administering calibration training and indoctrination for Fleet personnel.
  • Shipboard Calibration and Scheduling Program Support: Implementing O-Level Calibration Inventory and Recall Systems.
  • Technical Support: Problem reports, US/UK ILCP management, Government Furnished Equipment (GFE) calibration standards, and technical analyses.

Performance will require approximately 30 FTEs across SSP Headquarters in Washington D.C. (18 FTEs), Strategic Weapons Facility Atlantic (SWFLANT) in Kings Bay, GA (6 FTEs), and Strategic Weapons Facility Pacific (SWFPAC) in Silverdale, WA (6 FTEs). The applicable NAICS code is 541330 (Engineering Services) and PSC is L099 (Technical Representative Services).

Response Requirements

Interested firms must submit a White Paper Capability Statement (maximum 5 pages, 12-point Times New Roman, 1-inch margins) demonstrating:

  • Minimum Qualifications: Specific and evidenced possession of expertise in Navy TMDE LCS policy, SSP TMDE LCS Program operations, TMDE calibrations/measurement traceability, calibration laboratory operations, and Fleet personnel indoctrination.
  • Relevant & Recent Experience: Documented experience performing similar efforts within the last five years, with an annual incurred cost/expense of at least $5.8M. This must be detailed using the format provided in Enclosure 2 - Table A, including contract numbers, customer, role (prime/sub), contract type, period of performance, FTEs, annual incurred costs, and customer Point of Contact (POC).
  • Facility Clearance: Respondents must possess a SECRET facility clearance and a computing facility cleared to process SECRET data.

Small Business Concerns are highly encouraged to respond, especially those demonstrating capability to execute the complete SOW or identifying specific partnering roles. If a set-aside is considered, compliance with FAR 52.219-14 Limitations on Subcontracting will be required.

Submission & Evaluation

Capability statements must be emailed to david.shriner@ssp.navy.mil and kekoa.erber@ssp.navy.mil by February 23, 2026, 4:00 PM EST. The Government will assess responses based on demonstrated minimum qualifications, ability to manage, technical capability, and capacity to execute the SOW requirements. Incomplete or generalized submissions will negatively impact the assessment.

Disclaimer

This is a Sources Sought Notice for market research purposes only and does not constitute a Request for Proposal (RFP) or a commitment to issue one. All costs incurred in responding are at the interested party's expense.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 6, 2026
2027 STRATEGIC SYSTEMS PROGRAMS TEST MEASUREMENT AND DIAGNOSTIC EQUIPMENT LIFE CYCLE SUPPORT SERVICES | GovScope