Ship Self Defense System (SSDS) Legacy In Service
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Feb 18, 2026. Industry: NAICS 334511 • PSC 1230.
Market snapshot
Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334511
Description
Description
This is a Request for Information (RFI) as defined in FAR 15.201(e). The Naval Sea Systems Command (NAVSEA) Program Executive Office Integrated Warfare System (PEO IWS) 80.0, Ship Self Defense System (SSDS) has a requirement for Software Design Agent (SDA) to provide engineering support for the SSDS Integrated Combat System (ICS), Fiscal Year (FY) 2028 through FY 2037. The Government is requesting information regarding industry’s interest, technical capability and qualifications, and potential approach to develop and deliver capabilities as described herein that meet the Government’s needs.
The current anticipated requirements to be provided include systems and software engineering support, development of engineering products to support combat system integration, configuration control, developmental test/operational test (DT/OT) support, training and logistics support, and field technical support for the SSDS ICS. The support required is for level of effort In-Service SSDS Baselines 6, 9, and 10, including underway and in-port support.
The SSDS is an element of the ICS that provides ship self-defense capabilities against Anti-Ship Cruise Missile (ASCM) attack for aircraft carriers and selected amphibious ships by integrating existing and programmed Anti-Air Warfare (AAW) stand-alone defensive systems and providing an automated quick response and multi-target engagement capability emphasizing performance in the littoral environment. The ICS is the unification of the existing SSDS product and its Combat System (CS) elements with non-SSDS CS elements integrated into a common computing framework (computing environment, common track models, common data models, common time standard, common conversions between units of measurement, common and domain specific algorithm libraries, schedulers, etc.). The SSDS is the CS used on both Carriers and Large Deck amphibious ships of the United States Navy (USN).
Responding to this Notice:
Interested parties shall submit a capability statement that describes relevant experience and/or capability in support of the following requirements:
1. Compile software source code in different Operating Environments. Current SSDS Baselines 6, 9, and 10 using the following: Solaris, Red Hat 5.2 and Red Hat 5.8.
2. Provide technical engineering services to support and maintain the following in-service SSDS Baselines on Navy Aircraft Carriers (Aircraft Carrier (Nuclear Propulsion) (CVN)) and Amphibious Ships (Landing Helicopter Assault (LHA), Amphibious Assault Ship (multi-purpose) (LHD), Landing Platform Dock (LPD), Dock landing ship (LSD)):
a. Build 6 – Technical Instruction (TI), TI-08 Open Architecture Computing Environment (OACE), Q-70, Fast Ethernet Network, VxWorks, Solaris
LPD 21
CVN77
b. Build 9 – TI-08 OACE, Q-70, Gigabit Ethernet (Gig-E) Network, Red Hat Enterprise Linux (RHEL) 5.2
c. Build 9 (LSD) – TI-12 Common Processing System (CPS), Q-70, Gig-E Red CS Local Area Network (LAN), RHEL 5.2
LSD 45
LSD 49
LSD 50
LSD 51
LSD 52
CVN69
CVN76
LHA 7
LHD 1
LPD 20
LPD 24
LPD 26
LPD 27
d. Build 10 – TI-12/12H CPS, Common Display System (CDS), Gig-E Red/Black CSLAN, Product Line Architecture (PLA) 2.7.3, RHEL 5.8, High-Speed Guard (HSG)
CVN70
CVN78
LHD 2
LHD 4
LPD 22
LPD 23
LSD 46
LSD 47
3. Provide the necessary personnel, facilities, and resources to establish and maintain a System Integration Laboratory (SIL) to support development, integration and test of SSDS In-Service Baseline software and hardware. In addition to proper accounting of Government Furnished Property (GFP) and Government Furnished Information (GFI) software items, the software development lab(s) and the tactical suite lab(s) shall be kept operational and current.
4. Provide direct computer connections to Government-designated activities and be able to connect to the Government’s Secret Defense Research and Engineering Network (SDREN), or follow-on network. Information Technology (IT) support for the SIL, including PIT Viper, will be provided. Applicable Defense Information Systems Agency (DISA) Security Technical Implementation Guides (STIGs) will be executed and vulnerability scans conducted.
5. Provide technical analysis in order to enhance performance, reliability, maintainability and cybersecurity of SSDS hardware and software in the Fleet.
6. Review proposed changes, waivers, or deviations to fielded SSDS systems and provide systems engineering analysis in order to enhance reliability and maintainability of SSDS hardware and software in the Fleet.
7. Evaluate Fleet problems including strike group interoperability problems; provide recommended solutions to the Government and when authorized, implement changes as directed by the Government. This includes Trouble Reports (TR) support, maintenance of the TR database, and participation in the Trouble Report Disposition Board/Build Configuration Control Board (TRDB/BCCB).
8. Provide as applicable, respective to the CS LAN connectivity and interoperability, ship-wide networking analysis and design support to allow the Combat Systems Equipment to meet mission critical systems functionality and operational requirements.
9. Review system installation control drawings (ICDs), ship installation drawings (SIDs), Warfare System Interface Diagrams (WSIDs), and Targeted Architectures (TAs) to determine impacts to any SSDS interface and site requirements and to ensure the installation design is compatible with the SSDS configuration for software, firmware, and hardware.
10. Maintain software generation capability including software libraries and a test bed environment at the Contractor's facilities. This includes core support for the Software Resource Library (SRL).
11. Develop and deliver the source code, objects, scripts, and executables required to build, install, load, operate, maintain and update the application, as well as provide integrated logistics support source material and applicable documentation for the in-service baselines. This effort includes managing the coordination of software problem corrections to delivered software builds, implementing and testing software problem corrections to delivered software builds, and modifying associated documentation.
12. Use a computer software development process that ensures that techniques are employed to reduce the probability of software defects, errors caused by defects and resulting component failures. e.g., fault tolerance where needed. Deliveries may include one or more: Engineering Updates (EUs), Configuration Updates (CUs), and/or Site Data (SD), Adaptation Data (AD), Persistent Data (PD), World Threat Library, and Airways updates. In addition, the delivery may include a complete baseline update.
13. Provide on-site shipboard and land-based technical support for problem resolution including problem analysis, data collection, testing and consultation and support the SSDS software delivery process and associated software installation team(s).
14. Support testing of in-service baseline software builds on a naval ship or platform at-sea or in an approved Navy Lab and in a realistic environment, including Government testing such as Combat System Test (CST) and Combat System Ship Qualification Testing (CSSQT). This support includes any required predictive and post-event analysis. Additionally, this support includes cyber-related efforts and documentation required to obtain/maintain Authorizations to Operate (ATOs).
15. Maintains a DCMA and/or DCAA approved corporate cost accounting system
16. An approved facility clearance, at the secret or higher level
17. Maintains Level 2 Cybersecurity Maturity Model Certification (CMMC)
The Government requires Small Business participation in certain work anticipated under this acquisition. To establish a baseline for subcontracting opportunities and overall Small Business participation, all respondents, shall provide answers to the following specific questions:
- Do you intend on proposing as a prime? If not, what area(s) of this acquisition do you believe you are capable of fulfilling as a subcontractor.
- Do you intend to utilize subcontracting in support of this effort? If so, can you provide an estimated percentage of how much you intend to subcontract with large and/or small?
- In what areas of work within the acquisition do you intend to provide subcontracting opportunities?
- If you intend to TEAM for this acquisition provide a description of the teaming arrangement.
Point of Contact for Small Business Concerns:
Janique Hudson, SEA 00K Deputy Director Office of Small Business Programs, janique.a.hudson.civ@us.navy.mil
Interested parties shall include a cover page and provide the following company information in the RFI submission:
- Company Name
- Company Address
- Unique Entity ID
- CAGE Code
- Technical Point of Contact (Name, Email Address, and Phone Number)
- Business Size Status (e.g. HUBZone, SDB, SDVOSB, VOSB, WOSB).
- Status of a DCMA and/or DCAA approved Cost Accounting system
- Level of Facility Clearance
- Identify Government or commercial contracts within the last five (5) years with similar scope and provide a brief overview of company responsibilities and outcomes.
- Website address
Responses to this RFI should be submitted by 18 Feb 2026 1600 EST via email to warren.m.beckman.civ@us.navy.mil and copy aban.h.iqbal.civ@us.navy.mil
Barriers to Competition
Please identify any obstacles to competition that would hinder or restrict the company’s involvement in a future competitive procurement. In addition, the company should recommend solutions or mitigation paths for the Navy to overcome the obstacles.
Responses to this Request for Information notice shall be UNCLASSIFIED and shall not exceed twenty (20) pages in length, excluding a cover page containing company information. Responses shall be composed using Times New Roman,10-pt font and submitted in Microsoft Word 2010 or searchable Adobe Acrobat Portable Document Format (PDF). Each submission shall be electronic (virus-scanned) and submitted via email to the Government Points of Contact listed below. Please submit your email with the subject line, “SSDS Combat System In-Service Engineering: [Company Name].” Telephone and oral responses are not acceptable. All responses must be received on or before the “Response Date” specified above.
NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE.
NOTE: Industry shall possess a facility security clearance level of Secret or higher.
The Navy is conducting market research to identify qualified and responsible sources that may be interested in the requirements described in this notice. This RFI is issued for informational and planning purposes only and does not constitute a solicitation or a Request for Quote (RFQ). This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records law only if properly labeled as such.
Attachments / Links
No attachments or links have been added for this opportunity.
Contact Information
Contracting Office Address
1333 ISAAC HULL AVE SE
WASHINGTON NAVY YARD, DC 20376-5000
USA
Primary Point of Contact: Warren Beckman, warren.m.beckman.civ@us.navy.mil
Secondary Point of Contact: Aban Iqbal, aban.h.iqbal.civ@us.navy.mil
The below dates represent notional dates/information based on current plan dates, and are strictly estimates:
Estimated RFP Release: Q1 FY27
Estimated Contract Award: Q2 FY28
Period of Performance: 10 years (including options)
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.