Ship Self Defense System (SSDS) Legacy In Service
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 Sea Systems Command (NAVSEA) is conducting a Request for Information (RFI) for Software Design Agent (SDA) services to support the Ship Self Defense System (SSDS) Integrated Combat System (ICS). This RFI seeks industry interest, technical capability, and approaches for engineering support from FY2028 through FY2037. Responses are due by February 18, 2026, at 1600 EST.
Scope of Work
The anticipated requirements include comprehensive engineering support for SSDS ICS Baselines 6, 9, and 10, covering:
- Systems and software engineering, integration, and configuration control.
- Developmental and operational test (DT/OT) support.
- Training, logistics, and field technical support.
- Software source code compilation across various operating environments (Solaris, Red Hat).
- Establishment and maintenance of a System Integration Laboratory (SIL) with Government network connections.
- Technical analysis for performance, reliability, maintainability, and cybersecurity enhancements.
- Review of proposed changes, evaluation of Fleet problems, and support for Trouble Reports.
- Ship-wide networking analysis and design support for Combat Systems Equipment.
- Review of installation control drawings (ICDs), ship installation drawings (SIDs), and Warfare System Interface Diagrams (WSIDs).
- Maintenance of software generation capability, including software libraries and test bed environments.
- Development and delivery of source code, objects, scripts, and executables, with associated documentation and problem correction.
- On-site shipboard and land-based technical support, including testing of in-service baseline software builds.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Anticipated Duration: FY2028-FY2037 (10 years including options, notionally)
- Set-Aside: None specified (seeking Small Business participation information)
- Response Due: February 18, 2026, 1600 EST
- Published: February 3, 2026
- Estimated RFP Release: Q1 FY27
- Estimated Contract Award: Q2 FY28
Requirements for Responders
Interested parties must demonstrate:
- Relevant experience and capability in the listed technical areas.
- A DCMA and/or DCAA approved corporate cost accounting system.
- An approved facility clearance at the Secret or higher level.
- Level 2 Cybersecurity Maturity Model Certification (CMMC).
- Company information including UEI, CAGE, business size status, and past similar contracts.
Small Business Participation
The Government requires Small Business participation. Respondents should detail their intent to propose as a prime or subcontractor, estimated subcontracting percentages (large/small), and areas for subcontracting opportunities. Teaming arrangements should also be described.
Additional Notes
This RFI is for informational and planning purposes only and does not constitute a solicitation. Responses should be UNCLASSIFIED, not exceed 20 pages (excluding cover), and be submitted via email. The Government is also seeking input on barriers to competition and recommended solutions.