CCF TURNAROUND, FC TEST DESCRIPTION, DCSS RF, AND SP21 REPAIR
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 market research through a Sources Sought Notice for industry capabilities in repair and maintenance services. This effort focuses on Common Computer Function (CCF) Turnaround, Fire Control Test Description, Display and Control Subsystem (DCSS) Refresh, and SP21 Repair. This is not a solicitation, but aims to identify qualified firms for potential future requirements. Responses are due by April 24, 2026, 9:00 am EDT.
Scope of Work
SSP seeks firms capable of performing various repair, refurbishment, and analysis tasks. Key efforts include:
- Refreshing and recertifying Common Computer Function (CCF) Module Programmable Read-Only Memory (PROM) and circuit card assemblies.
- Analyzing the Fire Control System and developing a Fault Code Decoder Tool.
- Providing analysis and technical recommendations for refreshing the DCSS 101 Console/Control and Monitoring Panel (CAMP) 20” Display.
- Developing repair capabilities for the Differential Pressure Transducer (SP21), including generating Technical Data Packages (TDPs) and test plans, with an option for repair and recertification of transducers. All efforts must comply with applicable Ordnance Directives (ODs), Technical Program Management processes, and specific SSP plans and instructions, including T9001C checklists.
Contract Details
This is a Sources Sought for market research. The anticipated contract type is Cost-Plus-Fixed-Fee (CPFF), utilizing Term Contract Line Item Numbers (CLINs). While no set-aside is specified, SSP aims to provide maximum practicable opportunities to small businesses, including veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned small businesses. The government reserves the right to consider a set-aside. The period of performance varies by CLIN, generally extending through September 2027 or 2028 for inducted components, with performance implied at the contractor's facility.
Submission & Evaluation
Interested firms must submit a White Paper capability statement demonstrating their qualifications and experience. Submissions must not exceed 5 pages (excluding administrative data) and include detailed documentation of minimum qualifications, recent and relevant past performance, and specific evidentiary support for capabilities.
- Submission Deadline: April 24, 2026, 9:00 am EDT.
- Submission Method: Email to Angela.frye@ssp.navy.mil. Evaluation will focus on demonstrated possession of minimum qualifications, technical ability, management capacity, and relevant past performance. Firms must demonstrate familiarity with U.S. Navy SSBN, Strategic Weapons System (SWS), Fire Control System, SSP Operational Directives, and require a SECRET facility clearance and a computing facility cleared to process SECRET data.
Contact Information
For inquiries, contact Angela C. Frye at angela.frye@ssp.navy.mil or 202-451-3289.