FY27-31 Technical Engineering Support Services

SOL #: N00030-27-C-2018Sources 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 Navy Yard, DC

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 13, 2026
2
Response Deadline
Jan 26, 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) is conducting market research through a Sources Sought Notice (SSN) for FY27-31 Technical Engineering Support Services. This is not a solicitation but aims to identify capable firms for highly technical engineering and support services related to Trident II Facility Operations, D5 and D5LE missile production, D5 LE-2 SPALT technologies, and flight test support. The primary place of performance for 29 FTEs will be the Washington Navy Yard, DC, with services also required at various SSP facilities. White Paper Capability Statements are due by January 26, 2026, 5:00 PM EST.

Scope of Work

The contractor will provide Subject Matter Expert (SME) support and technical services across several critical areas, including:

  • Facility Operations: Support for Strategic Weapons Facilities (SWF), Naval Ordnance Test Unit (NOTU), and other SSP sites, covering strategic planning, technical requirements, problem investigations, and safety plans.
  • Missile Production Support: Engineering support for D5 and D5LE missile production, component design, testing, and operational use.
  • Flight Test Support & SE Refresh: Technical and programmatic support for SLBM flight testing, data analysis, and missile component/Support Equipment (SE) alterations.
  • LE-2 Technology & SPALT Development: Engineering support for D5 LE-2 missile technologies, architecture evaluation, and SPALT development.
  • SE Development: Support for new or improved missile component and SE design, testing, and operational use.
  • Facility Activation: Planning and support for facility activation at various SSP sites.

Contract Details

  • Opportunity Type: Sources Sought Notice (SSN) for market research.
  • NAICS Code: 541330 – Engineering Services.
  • Product Service Code (PSC): R425 – Support-Professional: Engineering/Technical.
  • Anticipated Contract Type: Firm-Fixed Price, Term Contract Line Item Numbers (CLINS).
  • Period of Performance (POP): Base year FY26 (October 1, 2026 – September 30, 2027) with four (4) one-year option periods.
  • Personnel: Approximately 29 Full Time Equivalent (FTE) personnel required for on-site support.

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 concerns. Small businesses are strongly encouraged to respond. The Government reserves the right to consider a set-aside for small businesses or preference groups. Respondents must possess a SECRET facility clearance and access to a computing facility cleared to process SECRET data.

Submission Requirements

Interested firms must submit a detailed White Paper Capability Statement (max 8 pages, excluding administrative data) demonstrating:

  • Minimum Qualifications: Specific and evidenced possession of critical technical qualifications (e.g., firsthand knowledge of SWFLANT/SFWPAC operations, D5/D5LE missile production, SLBM flight test planning, systems engineering).
  • Relevant & Recent Experience: Performance as a Prime or Subcontractor on efforts of similar scope, size, and complexity, with an annual incurred cost/expense of at least $8.5M within the last 5 years. This must be substantiated with contract references, including work summary, contract details, role, POP, FTEs, annual incurred costs, and customer POC.
  • Format: Microsoft Word (Office 2000 compatible) or PDF, 12-point Times New Roman, 1” margins.
  • Deadline: January 26, 2026, 5:00 PM EST.
  • Submission: Via email to Elizabeth.Tamas@ssp.navy.mil.

Evaluation

Responses will be assessed based on demonstrated possession of minimum qualifications, ability to manage, technical ability, and capacity to execute the SOW requirements. Incomplete or generalized statements will negatively impact the assessment.

Disclaimer

This SSN is for market research only and does not constitute a Request for Proposal (RFP) or a commitment to award a contract. All costs associated with responding are at the interested party's expense.

People

Points of Contact

Elizabeth TamasPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Jan 13, 2026
FY27-31 Technical Engineering Support Services | GovScope