FY26 FIRE CONTROL STRATEGIC SYSTEMS PROGRAMS (SSP) ADVANCED SYSTEM DEVELOPMENT AND PRODUCTION

SOL #: N0003026C1005PxxTBD1Special 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

Engineering Services (541330)

PSC

Fire Control Computing Sights And Devices (1220)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 29, 2025
2
Last Updated
Feb 5, 2026
3
Action Date
Feb 25, 2026, 10:00 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) has issued a Special Notice that includes a Sources Sought Notice (SSN) for market research. This SSN seeks to identify qualified sources capable of providing advanced engineering, development, and production services for the Strategic Weapon System (SWS) Fire Control Sub-System (FCS). While SSP intends to issue a sole-source Request for Proposal (RFP) to General Dynamics Mission Systems (GDMS) for FY26, this SSN is for market research to identify other potential sources. Interested firms must submit White Paper capability statements by January 11, 2026, 5:00 PM EST.

Purpose & Scope

This Sources Sought Notice is for market research purposes only and does not constitute a solicitation. The objective is to accelerate the development of the Advanced FCS and associated derisking activities, aligning with the SWS Program of Record. The scope includes continuous development, enhancement, modernization, and production of FCS software, hardware, and related support equipment for the TRIDENT II (D5) and future SWS generations, including COLUMBIA and Dreadnought classes.

Key Requirements

SSP is seeking firms capable of providing:

  • Specialized Tactical Engineering, Logistics, and SPALT Services for FCS development, production, and maintenance.
  • Continuous development, enhancement, and modernization of FCS and related support equipment.
  • Concept exploration and development for future Fire Control requirements, including technologies for follow-on missiles.
  • Development and testing of FCS software and hardware revisions for the next generation SWS.
  • Building, testing, inspecting, and delivering SWS subsystems and related support equipment for TRIDENT II (D5) (shipboard and land-based).
  • Advanced engineering for program protection, network capabilities, and system enhancements.
  • Production and delivery of various components, spares, and kits, including for the Mk99 Engineering Test System, SPALT 30365 (FIRE CONTROL REPLACEMENT SYSTEM), and Land Based Training Upgrade Kits.
  • Program Protection activities and development of a capabilities deployment roadmap.

Contract Details (Anticipated)

The anticipated contract types are Cost Plus Incentive Fee and Cost Plus Fixed Fee. The anticipated Period of Performance is September 2026 through September 30, 2028, requiring an estimated greater than 90 FTE personnel. Place of performance will be Pittsfield, Massachusetts, and Cape Canaveral, FL.

Submission & Evaluation

Interested firms must submit detailed White Paper capability statements (not exceeding 10 pages) demonstrating minimum qualifications and recent, relevant past performance as a Prime contractor. Statements must address specific requirements outlined in the SSN Statement of Work.

  • Minimum Qualifications: Familiarity with U.S. Navy SSBN SWS, Fire Control System, SSP Operational Directives, SLBM/SWS interfaces, and program protection.
  • Relevant Experience: Performing similar efforts with an annual incurred cost/expense of approximately $114.5M, sustained over at least 2 years, within 5 years of the SSN posting date.
  • Required Administrative Information: Company Name, POC, UEI, Cage Code, size, ownership, and a TOP SECRET facility clearance.
  • White Papers are due by January 11, 2026, 5:00 PM EST.

Eligibility & Set-Aside

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 for small business concerns.

Important Notes

This notice is for market research only; no proposals are requested, and no contract will be awarded from this announcement. All costs associated with responding are at the respondent's expense. Companies interested in subcontracting opportunities for the intended sole-source award should contact General Dynamics Mission Systems (GDMS) Small Business Liaison, Ms. Alexis Petro, at alexis.petro@gd-ms.com. Respondents should monitor sam.gov for additional information.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 2Viewing
Special Notice
Posted: Feb 5, 2026
Version 1
Sources Sought
Posted: Dec 29, 2025
View
FY26 FIRE CONTROL STRATEGIC SYSTEMS PROGRAMS (SSP) ADVANCED SYSTEM DEVELOPMENT AND PRODUCTION | GovScope