2027 SYSTEMS ENGINEERING & INTEGRATION SUPPORT SERVICES

SOL #: N0003026R3001Sources 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
Jan 30, 2026
2
Response Deadline
Feb 13, 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) for Systems Engineering & Integration Support Services. This effort aims to identify capable sources for the TRIDENT II (D5) Strategic Weapons System (SWS) Program, Future Strategic Sea-Based Warhead (FSSW), United States Nuclear Armed, Sea-Launched Cruise Missile (SLCM-N) SWS Program, and D5 Life Extension 2 (LE2) Strategic Systems Programs Alteration (SPALT). White Paper Capability Statements are due February 13, 2026.

Purpose & Scope

SSP seeks subject matter expert support for critical programs including the Strategic Submarine Guided Nuclear (SSGN) Attack Weapon System (AWS), Nuclear Weapon Surety (NWS) Program, Integrated Nuclear Weapons Security System (INWSS), and the COLUMBIA Common Missile Compartment (CMC). Services encompass a broad range of systems engineering and integration, fleet support, technical documentation, digital integration, accuracy improvement, system test, cybersecurity, configuration management, safety risk management, naval treaty support, IV&V, facility sustainment, product support, digital transformation, and information processing sustainment. The requirements are interrelated and cannot be fragmented.

Contract Details

  • Type: Sources Sought (Market Research)
  • Anticipated Contract Type: Cost Plus Fixed Fee – Term and Cost Plus Incentive Fee – Term
  • Anticipated Period of Performance: Base year FY27 (Oct 1, 2026 – Sep 30, 2027) plus four one-year option periods (FY28 – FY31).
  • Personnel: Approximately 407 Full Time Equivalent (FTE) personnel annually.
  • Place of Performance: Greater Washington DC area, Cape Canaveral FL, Silverdale WA, Huntsville, AL, and Kings Bay, GA.
  • Security Clearance: Facility clearance of TS and computing facility cleared for TS data required. Personnel require SECRET and TS/TS SCI clearances.

Response Requirements

Interested firms must submit a White Paper Capability Statement demonstrating:

  • Minimum Qualifications: Specific and evidenced possession of 5+ years experience in various SWS, AWS, NWS, FSSW, UK Dreadnought/Vanguard systems engineering, fleet support, configuration management, safety, cybersecurity, and more. For SLCM-N, D5LE2, and Technology Applications Modernization, 3+ years experience is required.
  • Relevant & Recent Experience: As a Prime contractor, performing same/similar efforts in scope, size, and complexity to the SOW, with an annual incurred cost/expense of at least $90M, within the last 5 years. This must be documented using the provided "TABLE A" format (Enclosure 2).
  • Small Business Concerns: Encouraged to respond. If partnering, clearly identify specific SOW efforts performed by the small business and partner, with supporting data and a letter of intent from the partner.
  • Format: Microsoft Word (Office 2000 compatible) or PDF, not exceeding 25 pages (excluding administrative information).
  • Submission: Via email to Christopher.Beck@ssp.navy.mil and Kekoa.Erber@ssp.navy.mil.

Evaluation Criteria

The Government will assess White Paper Capability statements to determine if respondents are "Capable" or "Not Capable" based on:

  1. Evidenced possession of minimum qualifications/experience.
  2. Demonstrated ability to manage, as a prime contractor, similar requirements in scope, size, and complexity.
  3. Demonstrated technical ability, as a prime contractor, to execute SOW requirements.
  4. Demonstrated capacity to execute SOW requirements, considering personnel quantity and contract award date.

Key Dates & Contacts

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Jan 30, 2026
2027 SYSTEMS ENGINEERING & INTEGRATION SUPPORT SERVICES | GovScope