Ship Self-Defense System (SSDS) Sustainment / Production Hardware
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) Program Executive Office Integrated Warfare System (PEO IWS) 80 is conducting a Sources Sought for Ship Self-Defense System (SSDS) Sustainment / Production Hardware. This market research aims to gather industry capabilities and feedback to maximize competition and efficiency for future procurement. Responses are due by February 20, 2026.
Scope of Work
The requirement involves providing sustainment, engineering services, and Other Direct Costs (ODCs) to address Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and Obsolescence solutions for SSDS. This includes sparing, warehousing, depot-level repair, and production of SSDS hardware such as Maintenance Assist Module (MAMs) Cabinets, Arming Units, and Portable Maintenance Aid (PMA) Laptops for SSDS / MK6 MOD X installations. The contractor will also develop and maintain a Level III Technical Data Package (TDP), submit Engineering Change Proposals (ECPs), and provide technical, Integrated Logistics Support (ILS), and test documentation. Manufacturing facilities must be located within the continental United States.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Anticipated Solicitation: FY27 through FY37
- Anticipated Award: Calendar Year 2027
- Anticipated Contract Types: Cost-Plus-Fixed-Fee (CPFF), Firm-Fixed-Price (FFP), and Cost-Only (for travel/incidental material) contract line items.
- Set-Aside: Not specified (market research stage)
- Response Due: February 20, 2026
- Published: January 6, 2026
Evaluation
Responses will be used for market research to inform future acquisition strategies, specifically seeking recommendations to increase competition and efficiencies regarding contract structure, cost type, barriers to competition, and additional information needed to bid. This RFI is for planning purposes only and does not constitute a solicitation or commitment to procure.
Additional Notes
Interested parties must be United States Department of Defense Contractors with an approved DD Form 2345 (Military Critical Technical Data Agreement). A signed Terms of Use Agreement (TOUA) is required to access attachments, including a draft Statement of Work (SOW) for review and comment. Submissions are limited to 15 pages, require a SECRET facility security clearance, and must be sent via email. No classified information is permitted in responses. The government anticipates unlimited data rights for technical documentation and will pursue Government Purpose Rights (GPR) or greater for delivered items.