Ship Self-Defense System (SSDS) Sustainment / Production Hardware

SOL #: N00024-26-R-5200Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSEA HQ
WASHINGTON NAVY YARD, DC, 20376-5000, United States

Place of Performance

Place of performance not available

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

Fire Control Computing Sights And Devices (1220)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 10, 2025
2
Last Updated
Jan 20, 2026
3
Response Deadline
Jan 19, 2026, 10:00 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 Department of the Navy (NAVSEA PEO IWS 80) is conducting a Sources Sought / Request for Information (RFI) for Ship Self-Defense System (SSDS) Sustainment / Production Hardware. This effort seeks industry capabilities and feedback on addressing Diminishing Manufacturing Sources and Material Shortages (DMS/MS), obsolescence solutions, sparing, warehousing, depot-level repair, and production of SSDS hardware. The agency is particularly interested in recommendations to maximize competition and increase efficiencies. Responses are due by March 31, 2026.

Scope of Work

The SSDS program provides tactical combat system processing, storage, and networking for U.S. Navy amphibious ships and aircraft carriers. The anticipated work, as outlined in the draft SOW, includes:

  • Engineering Analysis: Addressing DMSMS and obsolescence for SSDS Technology Insertion (TI) configurations across various ship classes (e.g., CVN 68, CVN 78, LPD 17, LHD 1, LHA 6, LSD 41/49).
  • Procurement & Production: Manufacturing SSDS hardware, including Maintenance Assist Modules (MAMs) Cabinets, Arming Units, and Portable Maintenance Aid (PMA) Laptops.
  • Technical Data Package (TDP): Developing and maintaining a Level III TDP, submitting Engineering Change Proposals (ECPs), and providing quarterly updates. The Government seeks Government Purpose Rights (GPR) or greater for technical data.
  • Warehousing: Providing and maintaining a secure, climate-controlled facility of at least 30,000 square feet.
  • Repair & Maintenance: Performing depot-level repair and maintenance on SSDS configurations (classified and unclassified).
  • Configuration & Inventory Management: Maintaining CM for SSDS TDPs and managing Government Furnished Equipment (GFE).

Contract & Timeline

  • Type: Sources Sought / Request for Information (RFI)
  • Anticipated Solicitation: Will include Cost-Plus-Fixed-Fee (CPFF), Firm-Fixed-Price (FFP), and Cost-Only contract line items.
  • Anticipated Period: FY27 through FY37, with an anticipated award in CY27.
  • Set-Aside: None specified.
  • Response Due: March 31, 2026
  • Published: January 20, 2026 (latest update)

Submission Requirements

Interested parties must provide a written response limited to 15 pages (1-inch margins, 10-point Times New Roman or larger). Respondents may also provide comments/track changes on the draft Statement of Work (SOW). A SECRET facility security clearance is required. Authorized Contractors must have an approved DD Form 2345, Military Critical Technical Data Agreement, and submit a signed Terms of Use Agreement (TOUA) to access attachments.

Submissions, including a company profile (Name, Address, POC, Email, Phone, Business Category, Employees, CAGE Code), must be sent via email only to Frederick Mitchell (frederick.m.mitchell.civ@us.navy.mil), cc-ing Gary Braunstein and Kathleen Simonini. Proprietary information must be clearly marked. No classified information is permitted in responses.

Key Contract Line Items (CLINs)

Draft CLINs include Engineering Services (CPFF), Provisioned Item Order (CPFF), Material (CPFF), Spares (CPFF), Facilities (Depot Repair) (CPFF), Warehousing (CPFF), Hardware Production (FFP/CPFF), Other Direct Costs (ODCs)/Travel (Cost), and Data Rights (Not Separately Priced).

Disclaimer

This RFI is for informational planning purposes only and does not constitute a solicitation or commitment to contract. The Government will not reimburse costs incurred in response to this RFI.

People

Points of Contact

Frederick Mitchell, Contract SpecialistPRIMARY
David ChamberlainSECONDARY

Files

Files

Download
Download

Versions

Version 7
Sources Sought
Posted: Jan 20, 2026
View
Version 6
Sources Sought
Posted: Jan 6, 2026
View
Version 5
Sources Sought
Posted: Dec 23, 2025
View
Version 4
Sources Sought
Posted: Nov 18, 2025
View
Version 3Viewing
Sources Sought
Posted: Nov 18, 2025
Version 2
Sources Sought
Posted: Nov 18, 2025
View
Version 1
Sources Sought
Posted: Nov 10, 2025
View