FY27 Unmanned Flight Test Instrumentation Systems and Services

SOL #: FY27_PILSSources 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

Technical Representation Services: Miscellaneous (L099)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 26, 2026
2
Response Deadline
Feb 10, 2026, 9:30 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 Unmanned Flight Test Instrumentation Systems and Services. This SSN aims to identify capable firms to provide follow-on engineering services for the Portable Impact Location System (PILS), supporting U.S. Navy Trident II and U.S. Air Force Sentinel flight tests. White Paper capability statements are due by February 10, 2026, 4:30 PM EST.

Scope of Work

The requirement includes comprehensive support for PILS, encompassing maintenance, operation, sustainment, logistics support, and life cycle management to ensure maximum data collection during flight tests. Additionally, it covers program management, engineering, and operational support for design, development, documentation, logistics, field engineering, hardware, and software deliveries. The Statement of Work (SOW) outlines specific Contract Line Item Numbers (CLINs) across FY27-FY29, including:

  • PILS In-Service Engineering and Maintenance
  • PILS Spares Procurement and Repairs
  • FTI Capability Studies (Research & Development)
  • PILS U.S. Flight Test Mission Support
  • PILS Mid-Cycle Refresh
  • USAF Sentinel Flight Test Mission Support

Key Requirements & Qualifications

Respondents must demonstrate specific and evidenced possession of minimum qualifications, including:

  • Detailed knowledge of PILS engineering principles and acoustic scoring of FBM flight tests.
  • In-depth experience in PILS development, production, and deployment in Broad Ocean Areas.
  • Knowledge and experience with post-test processing of GPS and acoustic data for FBM re-entry body scores.
  • Familiarity with Strategic Systems Programs Operational Directives (ODs), SSP Instructions (SSPINST), and the SSP Technical Program management processes (T9001-C CH1).
  • Thorough understanding of and experience with the Navy Mobile Instrumentation System (NMIS).
  • Expertise in acoustic scoring and alternative Unmanned Surface Vehicles (USVs) for FBM requirements.

Contract & Timeline

  • Opportunity Type: Sources Sought Notice (Market Research)
  • Anticipated Contract Type: Cost Plus Fixed Fee (for future contract)
  • Anticipated Duration: Final delivery 54 months after contract award (estimated October 1, 2026)
  • Set-Aside: None specified (market research stage); however, small businesses are encouraged to respond, and the Government reserves the right to consider a set-aside.
  • Response Due: February 10, 2026, 4:30 PM EST
  • Published: January 26, 2026
  • Place of Performance: Cape Canaveral, Florida, and various other locations.
  • Personnel: Greater than 25 Full Time Equivalent (FTE) personnel anticipated.

Submission Requirements

White Paper capability statements, not exceeding 5 pages (12-point Times New Roman, 1-inch margins), must be submitted in Microsoft Word or PDF format to SPN208@ssp.navy.mil. Submissions must detail minimum qualifications (paragraph 7.0) and relevant/recent experience (paragraph 9.0) as a Prime or Subcontractor, performing efforts of similar scope, size, and complexity with annual incurred costs of at least $20M within the last 5 years. Company administrative data (e.g., UEI, CAGE Code, ownership, security clearance) is required but excluded from the page limit.

Government Assessment

Responses will be reviewed based on demonstrated qualifications, ability to manage requirements, technical capability, and capacity. Incomplete or generalized submissions may negatively impact the assessment.

Additional Notes

This is solely for market research 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

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Jan 26, 2026
FY27 Unmanned Flight Test Instrumentation Systems and Services | GovScope