FY26 Fire Control Omnibus Contract

SOL #: N0003026C1005Award Notice

Overview

Buyer

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

Place of Performance

Pittsfield, MA

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Jan 30, 2026
2
Last Updated
Feb 13, 2026

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) has awarded a sole-source contract, the FY26 Fire Control Omnibus Contract, to General Dynamics Mission Systems (GDMS), located in Pittsfield, MA. This award, valued at $523.8 million, covers the development, production, sustainment, modernization, repair, installation, training, and technical engineering services for the Strategic Weapon System (SWS) Fire Control Subsystem (FCS) for U.S. SSBN, UK SSBN, and SSGN fleets, as well as COLUMBIA/Dreadnought Class SSBNs and common infrastructure. The contract was awarded on January 29, 2026, with an expected completion date of December 30, 2032.

Scope of Work

This omnibus contract encompasses comprehensive support for the SWS Fire Control Subsystem, including:

  • Development and Production: For CMC components, Hulls, Increments, Equipment Refresh, and FCS software.
  • Sustainment & Modernization: Installation, Operations & Sustainment (O&S) Support, Repair & Return, and Shipboard Modernization.
  • Training: Development for U.S. SSBN, UK SSBN, SSGN fleets, Trident Training Facilities (TTF), and Attack Weapon Training System (ATWS).
  • Specific Programs: Support for D5LE2, Mk7, NRS FCS capabilities, COLUMBIA/Dreadnought FCS, and Common Missile Compartment (CMC).

Contract & Timeline

  • Type: Sole-Source Award Notice (Cost-Plus-Incentive-Fee, Cost-Plus-Fixed-Fee, and Cost-Only line items)
  • Awardee: General Dynamics Mission Systems (GDMS), CAGE 3CX85
  • Value: $523.8 million (for the FY26-FY27 Fire Control Omnibus)
  • Period of Performance: October 1, 2025 – December 30, 2032
  • Award Date: January 29, 2026
  • Published Date: January 30, 2026
  • Set-Aside: Not applicable (Sole-Source)

Rationale for Sole Source

The Class Justification and Approval (CJ&A) document outlines the rationale for this sole-source award:

  • Unique Expertise: GDMS is identified as the only known source possessing the requisite design background, system knowledge, and operational experience (over 50 years) with the TRIDENT II Fire Control Subsystem and Advanced Weapon Control System.
  • Avoidance of Duplication Costs: Competing this effort would incur an estimated $266.9 million in unrecoverable costs, including developing Advanced Development Labs, training new personnel, and acquiring specialized tooling.
  • Prevention of Detrimental Delays: Transitioning to another contractor would cause a minimum of two to three years of delay, severely impacting fleet readiness and national security.

Market Research

Market research, including a Sources Sought Notice (N00030-24-R-1005) and a pre-solicitation synopsis, yielded no responses from other potential sources, affirming GDMS's unique position.

Contact Information

For inquiries, contact Angela C. Frye at angela.frye@ssp.navy.mil or 202-451-3289.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Award Notice
Posted: Feb 13, 2026
View
Version 1Viewing
Award Notice
Posted: Jan 30, 2026
2025-2027 TECHNICAL MATURATION AND RISK REDUCTION | GovScope