Sources Sought Notice For Acquisition & Systems Engineering Support
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) is conducting market research through a Sources Sought Notice for Acquisition & Systems Engineering Support. This effort seeks to identify capable firms to provide technical expertise and support for various SSP programs and offices, particularly in areas related to Nuclear Weapons Surety. The place of performance will be off-site and on-site at the Washington Navy Yard, District of Columbia. White Paper capability statements are due by April 14, 2026, at 4:00 PM EST.
Scope of Work
SSP is seeking technical expertise and support in:
- Program Management
- Systems Engineering and Integration
- Administrative and Technical Services
Specific requirements include knowledge and experience with NWS and SWS operational systems, NWS vulnerabilities, DoN policy, program-level acquisition planning, and US Navy program and system engineering support for the Nuclear Weapons Surety program. The effort will require approximately 5 Full Time Equivalent (FTE) personnel and entail the development and delivery of Digital Engineering (DE) CDRLs.
Contract & Timeline
- Opportunity Type: Sources Sought Notice (Market Research)
- Contract Type: Anticipated Cost Plus Fixed Fee, Term Contract Line-Item Numbers (CLINs)
- Period of Performance: Base year FY26 (December 11, 2026 – December 10, 2027) with four (4) one-year option periods.
- Set-Aside: None specified (market research stage), but the Government reserves the right to consider set-asides for small businesses or specific small business preference groups. Small businesses are highly encouraged to respond.
- Response Due: April 14, 2026, 4:00 PM EST
- Published Date: April 3, 2026
Evaluation
Responses will be assessed based on specific and evidenced possession of minimum qualifications (detailed in paragraph 7.0 of the notice) and demonstrated relevant and recent experience (within the last 5 years, with annual incurred costs of at least $2M) as a Prime or Subcontractor. Firms must show their ability to manage, execute, and possess the capacity for the identified requirements. Incomplete or generalized statements will negatively impact the assessment.
Submission Requirements
White Paper Capability statements must be in Microsoft Word or PDF format, not exceeding 10 pages (excluding administrative information), using 12-point Times New Roman font and 1-inch margins. Submissions must include:
- A discrete section documenting minimum qualifications.
- Relevant and recent experience, including contract references, role (Prime/Sub), contract type, period of performance, FTEs utilized, net dollar value, annual incurred costs, and customer points of contact.
- Company administrative information (e.g., UEI, CAGE Code, size, ownership, facility security clearance of TOP SECRET with SECRET data processing capability).
Submissions should be emailed to righthero.phillips@ssp.navy.mil.