Lifetime Support (LTS) for the international partners assessing or operating the AEGIS Combat System (ACS)
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, Naval Sea Systems Command (NAVSEA), on behalf of PEO IWS 4.0 International Programs, is conducting market research through a Sources Sought notice for Lifetime Support (LTS) for international partners assessing or operating the AEGIS Combat System (ACS). This effort seeks industry interest and capability in technical/engineering services and materials for advanced studies and sustainment. Responses are due February 13, 2026.
Scope of Work
This Sources Sought aims to identify firms capable of providing engineering services, sustainment, and LTS for the AEGIS Combat System (ACS), including the AEGIS Weapon System (AWS). Required expertise includes:
- Program Management
- Systems Engineering
- Software Engineering
- Hardware Engineering
- Radar Subject Matter Experts (SMEs) with engineering backgrounds
Respondents should demonstrate significant expertise in ACS sustainment and LTS, experience with similar DoD programs, and possess a facility capable of handling classified (up to Secret) hardware, documentation, and test software. The AWS supports Anti-Air Warfare (AAW) and Ballistic Missile Defense (BMD) for USN and international partner navies, comprising components like the AN/SPY-1 radar, MMSP, and various control and display systems.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified
- Product Service Code: 5840 (Radar Equipment, Except Airborne)
- Response Due: February 13, 2026, by email.
- Published: January 29, 2026
Response Requirements
Interested parties must submit a white paper, not exceeding 10 single-sided pages (excluding cover sheet, company profile, table of contents, and list of abbreviations/acronyms). Submissions must be unclassified, single-spaced, 12-point Times New Roman font, and adhere to specific file formats (.docx, .xlsx, .pptx, .pdf, .mmpx).
The response should include:
- Cover Sheet: Opportunity details, company info, technical POC.
- Company Profile: CAGE Code, business category/size.
- General Response Information:
- Approach to managing updates (partnerships, in-house, subcontracting).
- Critical corporate capabilities and certifications (e.g., IA, quality processes, ISO).
- Management approach for design procurability, component qualification, COTS obsolescence, and interchangeability.
- Experience with production and engineering services contracts.
- Expected place(s) of work/test.
- Indication of prime contractor capability or subcontracting interest.
- Proper marking of proprietary information.
Additional Notes
This is for market research only and does not constitute a Request for Proposal (RFP) or a commitment to issue one. The Government will not reimburse costs incurred for responding. Questions must be submitted in writing via email to the Contract Specialist and Contracting Officer. Responses should be emailed to Bradford Rhines (bradford.c.rhines.civ@us.navy.mil), William Jee (william.j.jee.civ@us.navy.mil), and Hamza Al Ameen (hamza.alameen.civ@us.navy.mil).