Lifecycle Sustainment and Technical Support for the Marine Corps Tactical Instrumentation System-Personnel (MCTIS-P)

SOL #: N0003027R1045Sources Sought

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
May 11, 2026
2
Response Deadline
May 26, 2026, 8:00 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 Lifecycle Sustainment and Technical Support for the Marine Corps Tactical Instrumentation System-Personnel (MCTIS-P). This is not a solicitation, but an effort to identify capable firms. White Paper Capability statements are due by May 26, 2026, 4:00 PM EST.

Scope of Work

SSP seeks firms to provide comprehensive lifecycle sustainment services for the MCTIS-P. Key requirements include:

  • Contractor Logistics Support (CLS): Safety recalls, hazard identification, non-repair component replacement training, packaging/storage, spares management, obsolescence resolution, shipping/receiving, IUID tagging, asset visibility, and real-time maintenance tracking.
  • Training Event and Exercise Support: Set up and execution training at the unit level.
  • Train-the-Trainer Support: Operator training, curriculum delivery, troubleshooting, system wipe procedures, maintenance training, and preventative maintenance inspection training.
  • Engineering Support: Configuration control, failure tracking, technology refresh roadmap, engineering investigation/analysis, and meeting key performance parameters (Ao ≥ 95%, Am ≥ 95%, MaxTTR of 120 minutes).
  • Post-Deployment Software Support (PDSS): Risk Management Framework (RMF) artifacts/updates, technical/help desk support, and installation of software/hardware updates to maintain MARCOM ATO authorization.

The effort requires two Full Time Equivalent (FTE) personnel to provide virtual and on-site support at Strategic Weapons Facility Atlantic (SWFLANT) and Strategic Weapons Facility Pacific (SWFPAC).

Contract & Timeline

  • Type: Sources Sought Notice (SSN) for market research purposes.
  • Anticipated Contract Type: Cost Plus Incentive Fee, Level-Of-Effort (LOE), and Term Contract Line Item Numbers (CLINS).
  • Period of Performance (POP): A 2-year base effort from March 1, 2027, to February 28, 2029.
  • Estimated Contract Award: March 1, 2027.
  • Response Due: May 26, 2026, 4:00 PM EST.
  • Published: May 11, 2026.

Set-Aside

SSP encourages Small Business Concerns (including veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned) to respond. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups.

Submission Requirements & Evaluation

Interested firms must submit detailed, complete, and thorough White Paper capability statements, not exceeding 10 pages, in Microsoft Word or PDF format. Submissions must demonstrate:

  1. Minimum Qualifications/Experience: Evidenced possession of technical expertise in areas like engineering analysis of MCTIS-P components, RMF requirements, technical documentation, operator/maintenance training, contractor logistics services, and real-time maintenance tracking (as detailed in paragraph 7.0).
  2. Relevant & Recent Experience: As a Prime or Subcontractor, performing same/similar efforts in scope, size, and complexity to paragraph 8.0 requirements, with an annual incurred cost of at least $3.5M within the last 5 years. This must be documented with specific contract references, roles, values, and customer contacts.

Submissions should be emailed to Robert Morse (Robert.Morse@ssp.navy.mil) and Lauren Shallow (Lauren.Shallow@ssp.navy.mil). The Government will assess responses based on the provided data to determine capability.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: May 11, 2026