FY27 Common Missile Compartment (CMC)
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 (SSN) for Engineering Services related to the FY27 Common Missile Compartment (CMC). This is not a solicitation but seeks capable firms to support the integration of Trident II (D5LE) Missile Reentry Subsystems into new U.S. (Columbia Class) and U.K. (Dreadnought) submarine classes. White Paper Capability Statements are due by April 10, 2026, at 4:00 PM EST.
Scope of Work
The requirement, under NAICS 541330 (Engineering Services) and PSC L014 (Technical Representation Services: Guided Missiles), involves comprehensive engineering support for the CMC Missile System. Key areas include:
- Program Management and Support: Systems engineering, integration, and shipyard installation test program (SITP) support for D5LE Missile System integration into CMC for both U.S. and U.K. submarines.
- Procurement and Delivery: Procuring and delivering Coordinated Shipboard Allowance Lists (COSAL) and related equipment.
- Experimental Vehicles: Performing readiness tests, technical support, installation of experimental vehicle components (XPOD kits, VTV Missile), and procuring associated spares.
- Hardware Production: Producing and delivering Navy Experimental Surveillance Test (NEST) flight hardware.
- DASO-1A Operations: Planning, conducting, and closing Flight Safety and Readiness Reviews, pre/post-DASO operations, and flight test analysis.
This effort will require Digital Engineering (DE) Contract Data Requirements List (CDRL) deliverables and adherence to a Modular Open Systems Approach (MOSA).
Contract & Timeline
- Type: Sources Sought Notice (Market Research)
- Anticipated Contract Type: Cost Plus Fixed Fee, Level-of-Effort (LOE), and Completion Term.
- Period of Performance: Estimated March 1, 2027 – February 28, 2032 (5 years).
- Response Due: April 10, 2026, 4:00 PM EST.
- Published: March 26, 2026.
Submission Requirements
Interested firms must submit a White Paper Capability Statement, not exceeding 5 pages (excluding administrative data), via email to Elizabeth.Tamas@ssp.navy.mil and Angela.McKelvey@ssp.navy.mil. Submissions must detail:
- Minimum Qualifications/Experience: Specific and evidenced possession of requirements from paragraph 7.0 of the SSN.
- Relevant & Recent Past Performance: Work performed within the last 5 years, with annual incurred costs of at least $3.5M, demonstrating similar scope, size, and complexity to the SSN SOW requirements. Provide contract references using the specified Table A format.
- Facility Clearance: Must possess a SECRET facility clearance and a computing facility cleared to process SECRET data.
- Digital Engineering Capability: Identify present capability to develop and deliver DE CDRL deliverables.
Eligibility & Evaluation
SSP encourages participation from small businesses (including veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned concerns). Small businesses partnering with other entities must clearly define roles and responsibilities. The Government reserves the right to consider a set-aside. Responses will be assessed based on demonstrated qualifications, technical ability, management capability, and capacity to execute the requirements.