Mission Module Engineering and Technical Support.

SOL #: N61331-26-SN-Q27Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL SURFACE WARFARE CENTER
PANAMA CITY BEACH, FL, 32407-7001, United States

Place of Performance

Panama City Beach, FL

NAICS

Engineering Services (541330)

PSC

Engineering And Technical Services (R425)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 22, 2026
2
Response Deadline
May 7, 2026, 7:00 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 Naval Surface Warfare Center - Panama City Division (NSWC PCD) has issued a Sources Sought announcement (N61331-26-SN-Q27) to identify qualified sources for Mission Module Engineering and Technical Support. This effort supports the modularization of off-board systems for the littoral warfare mission area, specifically the Littoral Combat Ship (LCS) Mission Modules (MM) program. Responses are due by May 7, 2026, at 2:00 PM CST.

Scope of Work

The required support encompasses comprehensive engineering, analysis, and planning for the NSWC PCD Modular Integration Division. Key areas include:

  • Systems Engineering: Packaging, handling, and integration of off-board system hardware, legacy, and emerging littoral mission systems.
  • Module Integration: Seaframe integration of mission modules, development of common computing environments (e.g., MPCE), and integrated communications networks (e.g., MVCS).
  • Testing & Validation: Distributed engineering testing, validation, and verification.
  • Specialized Support: Mine Countermeasures (MCM) Mission Packages, hardware/software engineering, configuration management, provisioning, and technical manual development.
  • Cybersecurity: Information Assurance (IA) and Cybersecurity Workforce (CSWF) support, including Authority to Operate (ATO) maintenance and compliance with DoD directives and NIST standards.
  • Logistics & Maintenance: Maintenance planning, Reliability Centered Maintenance (RCM), and Level of Repair Analysis (LORA).
  • Test & Evaluation: Experimentation coordination and execution.
  • Facilities Support: For the Littoral Warfare Systems Facility Service Cost Center (LWSF SCC).

Contract & Timeline

  • Opportunity Type: Sources Sought (N61331-26-SN-Q27)
  • Anticipated Contract Type: Cost-Plus Fixed Fee (CPFF) Task Order
  • Anticipated Duration: One 12-month base period and four 12-month option periods.
  • NAICS Code: 541330 (Engineering Services)
  • Place of Performance: Naval Surface Warfare Center Panama City Division (NSWC PCD), FL 32407, and contractor facilities.
  • Incumbent: Innovative Professional Solutions (IPS) under SeaPort Task Order N0017819D7838-N6133121F3008.
  • Published Date: April 22, 2026
  • Response Due: May 7, 2026, 2:00 PM CST

Special Requirements

  • Security Clearance: Access to classified information up to SECRET level is required, necessitating a DD 254. SIPRNET and NATO briefings may be involved.
  • Personnel: U.S. citizenship is mandatory for onsite personnel. Specific cybersecurity certifications (DoD 8570.01-M) are required for CSWF personnel.
  • Compliance: Adherence to numerous DoD Directives, Instructions, Military Standards, and NIST publications is essential.
  • Travel: CONUS and OCONUS travel are anticipated.
  • Non-Personal Services: The contract emphasizes non-personal services.

Submission Requirements

Interested businesses should submit a brief capabilities statement, limited to a maximum of 10 pages (single-spaced, 12-point font minimum). The statement must demonstrate the potential to perform the outlined services and include:

  1. Capability description related to the draft PWS.
  2. Firm name and address.
  3. Business size and status (Large, Small, 8(a), WOSB, HUBZone, VOSB, SDVOSB), including average annual revenue and employee count.
  4. Ownership details, SAM information, DUNS & CAGE Number.
  5. Number of years in business.
  6. Two points of contact (name, title, phone, email). Submissions must be emailed to Kristin S. Shaw (kristin.s.shaw.civ@us.navy.mil) and Anna Belle C. Tiller (Annabelle.c.tiller.civ@us.navy.mil) with "N61331-26-SN-Q27" in the subject line.

Additional Notes

This is a Sources Sought for information and planning purposes only and does not constitute a Request for Proposal (RFP) or a commitment by the Government. No contract will be awarded from this announcement, and no reimbursement will be made for submission costs.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Apr 22, 2026
Mission Module Engineering and Technical Support. | GovScope