Technical engineering services in support for the United States (U.S.) Fleet Ballistic Missile (FBM) Underwater Launcher Subsystem (ULS)
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, Strategic Systems Programs (SSP) is conducting market research via a Sources Sought Notice (SSN) for technical engineering services and necessary equipment to support new construction of the United States (U.S.) Fleet Ballistic Missile (FBM) Underwater Launcher Subsystem (ULS). This effort specifically targets the TRIDENT II (D5) ULS. White Paper capability statements are due February 4, 2026, at 4:00 PM EST.
Scope of Work
The requirement involves providing technical engineering services and support equipment for the installation of the TRIDENT II (D5) ULS. Key areas of expertise required include:
- Extensive knowledge of TRIDENT II (D5) ULS specifications (WS 29830, WS 25386), engineering, design, manufacturing, reliability, maintainability, and installation.
- Detailed knowledge of TRIDENT II (D5) ULS installation processes and resource management.
- Ability to ensure Nuclear Safety during TRIDENT II (D5) ULS installation activities.
- Possession of a manufacturing facility with fabrication and machining capabilities for large, complex items like TRIDENT II (D5) Launch Tubes, with Navy-approved processes and a government-standard quality system.
- Comprehensive knowledge of underwater launch technology, including flight physics for submarine-launched strategic missiles.
Contract & Timeline
- Type: Sources Sought Notice (SSN) for market research.
- Anticipated Contract Type: Cost Plus Fixed Fee (CPFF) CLINs.
- Period of Performance (POP): Begins in FY26.
- Set-Aside: The Government reserves the right to consider a set-aside for small businesses or small business preference groups. Small businesses are encouraged to respond.
- Response Due: February 4, 2026, 4:00 PM EST.
- Published: January 16, 2026.
Evaluation
Responses will be evaluated to determine if firms are "Capable / Not Capable" based on specific, evidenced documentation of minimum qualifications, recent and relevant experience as a Prime contractor (or ability to obtain), technical ability, and capacity to execute the requirements. Incomplete or generalized statements will negatively impact the determination.
Additional Notes
This is solely for market research; it is not a Request for Proposal (RFP) and does not guarantee a future solicitation or contract award. Work will be performed primarily in Sunnyvale, CA, Baltimore, MD, Kings Bay, GA, Groton, CT, and Quonset Point, RI. A facility clearance of TOP SECRET and a computing facility cleared to process TOP SECRET data will be required. White Paper capability statements should not exceed 20 pages (excluding administrative info) and must be emailed to patrick.machulski@ssp.navy.mil.