PEO Ships PMS 400D SYSTEMS PROFESSIONAL SUPPORT SERVICES FOR ENGINEERING AND PROGRAM MANAGEMENT
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 Naval Surface Warfare Center (NSWC) Crane Division, on behalf of PEO Ships PMS 400D, is conducting market research through a Sources Sought/Request for Information (RFI) for Professional Support Services for Engineering and Program Management. This effort supports the USS Arleigh Burke (DDG-51) Guided Missile Destroyer class. Responses are ONLY requested from SeaPort-NxG Multiple Award Indefinite Delivery Indefinite Quantity Contracts (IDIQ MACs) prime MAC holders. The deadline for submissions is April 8, 2026.
Purpose
This RFI is for planning and informational purposes to conduct comprehensive market research. Its objectives include determining market capability, assessing the extent of small business concern participation (as prime contractors or subcontractors), and promoting competition for any subsequent solicitation. The feedback received will be used to refine the attached Draft Statement of Work (SOW).
Scope of Work
The requirement is for professional support services encompassing engineering analysis and recommendations for technical, logistical, and life cycle support for the DDG-51 class. The services are divided into seven task areas:
- Task 1: Ship Production Planning and Engineering
- Task 2: Systems Engineering
- Task 3: Combat Systems Test Engineering
- Task 4: Post Delivery Planning, Engineering and Management
- Task 5: Engineering Services, Configuration and Data Management
- Task 6: DDG 51 Class Program Information System Support (PMS-ES)
- Task 7: Surge and Special Studies
The Government anticipates a total of 389,760 labor hours, distributed across Junior (>1-4 years experience), Mid (>4-10 years experience), and Low Senior (>10-15 years experience) labor levels.
Contract Details
This is a Sources Sought/RFI and not a request for proposals. It is a follow-on to IDIQ/MAC No. N0017819D8498 Task Order No. N0016422F3012, which was awarded to SERCO INC. No award will be made as a result of this notice, and the Government will not pay for information received.
Eligibility & Submission Requirements
- Eligibility: SeaPort-NxG prime MAC holders ONLY.
- Response Type: White paper detailing the firm's capabilities.
- Focus: Comments should address the clarity, completeness, feasibility, and executability of the draft SOW requirements, rather than proposing specific technical solutions or staffing models.
- Small Business Participation: Small business respondents have the option to tailor their white paper submissions to address specific capabilities within the Task Area(s) of the draft SOW.
- Format: Electronic submission (Microsoft Office 2007+ or Adobe 8.0+ compatible), Times New Roman 12-point font, not exceeding 10 pages.
- Content: Must reference tracking number N0016426SNB53, include POC information, business size status (prime and anticipated team members), and clearly mark any proprietary information. Classified material SHALL NOT be submitted.
- Questions: All questions/requests for clarifications must be submitted via the Seaport portal.
Key Requirements (from Draft SOW)
- Security: Work primarily up to SECRET level; personnel require SECRET clearance, and facilities must store SECRET classified material.
- Personnel: All personnel must be U.S. Citizens, able to obtain NACLC, and those performing Cyber IT/Cybersecurity functions must meet specific DoD/DON training and qualification requirements.
- Facilities: Contractor must provide office space, equipment, and conference room capabilities.
- Collaboration: Requires email, virtual collaboration tools, Flankspeed (FS) accounts, PKI Certificates, and potentially Common Access Cards (CACs).
- Place of Performance: Primary locations include Washington Navy Yard, DC; Bath, ME; Pascagoula, MS; Norfolk, VA; and San Diego, CA. Travel is required.
Timeline
- Response Due: April 8, 2026, by 6:00 PM ET.
- Published: March 24, 2026.
Contact Information
Responses should be submitted electronically to Bryan (Joe) Stratton (bryan.j.stratton2.civ@us.navy.mil) and Jonathan Dickinson (jonathan.c.dickinson.civ@us.navy.mil).