MULTIPLEXED BUS INTERFACE 2
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) has issued a Sources Sought Notice (SSN) for market research to identify industry capabilities for providing technical support and recommendations for the Multiplexed Bus Interface 2 (MBI-2) obsolescence refresh program. This is not a solicitation for proposals. The work is estimated to require two Full Time Equivalent (FTE) personnel and will be performed in Pittsfield, Massachusetts. Responses are due by April 24, 2026.
Purpose & Scope
SSP is conducting market research to determine industry interest and capability for the MBI-2 obsolescence refresh. The objective is to obtain technical recommendations for the MBI-2 system refresh plan, in accordance with OD 72185. Potential efforts include the identification, selection, and qualification of components; delivery of an obsolescence refresh program plan and a Technical Data Package (TDP); development and delivery of technical documentation; performance of in-progress reviews; and delivery of frequent TDP and financial status reports. All efforts must comply with applicable Ordnance Directives (ODs) and SSP Technical Program Management processes.
Key Requirements & Qualifications
Interested firms must demonstrate specific qualifications and experience, including:
- Familiarity with U.S. Navy SSBN, Strategic Weapons System (SWS), Fire Control System, and associated sub-systems.
- Knowledge of SSP Operational Directives (ODs), SSP Instructions (SSPINST), and SSP Technical Program Management processes.
- Understanding of interfaces between Submarine Launched Ballistic Missile (SLBM) and SWS.
- Personnel trained and experienced with SWS Fire Control System and SLBM Program.
- Experience managing SWS qualified vendors, procuring SWS components, and assembling/testing SWS components and assemblies.
- Understanding of coordinated interfaces between the SLBM system and shore-based support facilities.
- Recent and relevant past performance (within 5 years) as a Prime or Subcontractor on similar efforts, with a minimum annual incurred cost/expense of $2.2M.
- A facility security clearance of SECRET is required.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Cost Plus Fixed Fee, Term Contract Line Item Number (CLIN)
- Set-Aside: None specified, however, SSP is seeking to provide maximum practicable opportunities for small businesses.
- Place of Performance: Pittsfield, MA
- Response Due: April 24, 2026, 9:00 am EDT
- Published Date: April 17, 2026
Submission Requirements
Firms must submit a White Paper capability statement, not exceeding 5 pages (excluding Company Administrative Data). The White Paper should detail qualifications, relevant experience, and recent past performance. Specific documentation requirements are detailed in Section 9.0 of the Sources Sought Notice, including a summary of work performed, contract details, role (Prime/Sub), period of performance, personnel utilized, net dollar value, and customer point of contact. Company Administrative Data (Company Name, POC, Address, UEI, Cage Code, business size, ownership, years in business, and facility security clearance) must also be provided.
Contact Information
- Primary Point of Contact: Angela C. Frye, angela.frye@ssp.navy.mil, 202-451-3289
- Secondary Point of Contact: Laura Nesbitt, laura.nesbitt@ssp.navy.mil, 202-451-3248