SSN MCSC – Fire Support Systems and Organic Precision Fires Support Services
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 / Marine Corps Systems Command (MCSC) is conducting a Sources Sought to identify qualified 8(a) firms capable of providing Fire Support Systems and Organic Precision Fires Support Services. This effort supports the Product Manager Fire Support Systems (PdM FSS) and PdM Organic Precision Fires (OPF) portfolios through all phases of the acquisition life cycle. The estimated value for this effort is $50M to $75M over one base year and four option years. Responses are due April 15, 2026.
Scope of Work
The requirement is for comprehensive program management, systems engineering, life cycle logistics, and technical writing support. Key services include:
- Program planning, control, and reporting.
- Acquisition and requirements support.
- Systems engineering support, including documentation and technical reviews.
- Software engineering, integration, and development for systems like Target Handoff System (THS)v2 and Handheld Video Data Link (HH-VDL).
- Configuration and data management.
- Test and evaluation support.
- Integrated logistics and sustainment for systems such as AFATDS, THSv2, HH-VDL, and M777A2.
- On-site Subject Matter Expertise (SME) for fielded systems, including one Full-Time Equivalent (FTE) at Fort Sill, OK, and one FTE at Aberdeen Proving Ground.
- Contractor facilities will be the primary place of performance, with government facilities available at Quantico, VA, and Albany, GA.
Contract Details
- Opportunity Type: Sources Sought (for market research only)
- Estimated Value: $50,000,000 to $75,000,000
- Period of Performance: One base year with four one-year options.
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 541330 (Engineering Services), Small Business Size Standard: $47M.
Submission Requirements
Interested 8(a) firms must submit an executive summary (maximum 15 pages) via email by April 15, 2026. Submissions should include:
- Organization Name, Address, Point of Contact, DUNS, and CAGE Code.
- Business size and type.
- A statement of capabilities addressing Corporate Experience (similar contracts within the last three years), Acquisition Experience, SME, Facilities, Onboarding Personnel approach, and Interest Level (prime contractor status and subcontracting percentage).
- Feedback on the use of a GSA Schedule and recommendations for the PWS.
- Contractors requesting documentation for THSv2 and HH-VDL systems need to email for access to DoD SAFE, requiring a signed NDA, no later than 10 business days prior to the response due date.
Additional Notes
This notice is for informational purposes only and does not constitute a commitment to award a contract. The government will not pay for information submitted. Questions were due by April 1, 2026, with responses posted on April 8, 2026. Software development will occur at a contractor facility, and the contractor is not responsible for the government's DevSecOps. Only COMSEC storage is required, not a secure lab.