Skip to content
Department of Defense

2027 SYSTEMS ENGINEERING & INTEGRATION SUPPORT SERVICES

Solicitation: N0003026R3001
Notice ID: 9189315638dd419094442268eb1d6c3b
TypeSources SoughtNAICS 541330PSCL099Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedJan 30, 2026, 12:00 AM UTCDueFeb 13, 2026, 09:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Feb 13, 2026. Industry: NAICS 541330 • PSC L099.

Market snapshot

Awarded-market signal for NAICS 541330 (last 12 months), benchmarked to sector 54.

12-month awarded value
$4,252,754,538
Sector total $5,796,289,192,140 • Share 0.1%
Live
Median
$500,000
P10–P90
$33,008$3,417,426
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+27299%($4,221,823,842)
Deal sizing
$500,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
Contracting office
Washington Navy Yard, DC • 20374-5127 USA

Point of Contact

Name
Christopher Beck
Email
Christopher.Beck@ssp.navy.mil
Phone
2024513188
Name
Kekoa Erber
Email
Kekoa.Erber@ssp.navy.mil
Phone
2025272370

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
SSP
Office
STRATEGIC SYSTEMS PROGRAMS
Contracting Office Address
Washington Navy Yard, DC
20374-5127 USA

More in NAICS 541330

Description

1.0       Synopsis

This is a SOURCES SOUGHT NOTICE (SSN) announcement.  SSNs are issued to assist the Agency in performing market research to determine industry interest and capability.  No proposals are being requested or accepted with this Sources Sought Notice.  THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT NOTICE. Therefore, no proposals are being requested or accepted in response to this SSN.

2.0       Purpose

In accordance with FAR Part 10, SSP is conducting market research to identify potential sources capable of successfully performing SSP’s Systems Engineering and Integration support requirements and interrelated efforts in support of United States and United Kingdom TRIDENT II (D5) Strategic Weapons System (SWS) Program, the Future Strategic Sea-Based Warhead (FSSW), the United States Nuclear Armed, Sea-Launched Cruise Missile (SLCM-N) SWS Program and the United States TRIDENT II (D5) Strategic Weapons System (SWS) Program D5 Life Extension 2 (LE2) Strategic Systems Programs Alteration (SPALT). 

Specifically, SSP requires subject matter expert support for the Strategic Submarine Guided Nuclear (SSGN) Attack Weapon System (AWS) and Nuclear Weapon Surety (NWS) Program; Integrated Nuclear Weapons Security System (INWSS); the COLUMBIA Common Missile Compartment (CMC); US and UK Fleet Support to include Systems Engineering Integration; Fleet Training and Technical Documentation; System Digital Integration; Accuracy Improvement Program (AIP) 2.0; SWS System Test; SWS/AWS/NWS; W93/Mk7; Mk4B; Systems Security Engineering and Cybersecurity support; Configuration Management; Safety Risk Management support; Naval Treaty Support; Systems Requirements and Architecture Management; System Integration, Verification and Validation (IV&V); Facility Sustainment Support Services (FMSS) & Evaluation Support; Product Support Management and Supportability Engineering; Product Support Management; Digital Transformation and Electronic Product Lifecycle Management (ePLM) Support; Technology Applications Modernization and Information Processing Sustainment; SSP Infrastructure Operations Information Systems (IS) Program Acquisition/Future Enterprise Information Governance and Data Management Improvement Initiatives as identified in the enclosure (1) statement of work (SOW) cited in paragraph 5.0 below. 

The contract type will include both Cost Plus Fixed Fee – Term and Cost Plus Incentive Fee – Term, Contract Line Item Numbers (CLINs).  The Period of Performance (POP) will include a base year FY27 effort from 1 October 2026 – 30 September 2027, and four (4) corresponding one-year option periods (FY28 – FY31).

3.0       White Paper Capability Statement Credentials

SSP is seeking detailed, complete, and thorough White Paper capability statements from interested firms who can demonstrate and document, with evidentiary support, that they 1) possess the minimum qualifications and experience identified in paragraph 4.0 below which are critical to the successful execution of the requirements, and 2) demonstrate recent and relevant experience, as the Prime contractor, performing the same/similar efforts of the same/similar scope, size, and complexity to the enclosure (1) Statement of Work (SOW) requirements identified in paragraph 5.0 below.  Interested firms must demonstrate their existing capability, or potential to acquire the capability, to meet the enclosure (1) SOW requirements by the time of contract award – 1 October 2026.

3.1       Small Business Concerns

IAW FAR Subpart 19.2 Polices, SSP seeks to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns.  Small Business Concerns who possess the minimum qualifications and experience identified in paragraph 4.0 and who can demonstrate its concerns’ capability (or ability to obtain the capability by the contract award date) to execute the complete requirements identified in the enclosure (1) SSN SOW in paragraph 5.0, as well provide the requisite past performance experience detailed in Section 6.0, are encouraged to respond to this SSN. 

If a small business concern intends to partner with another entity, the small business concern must identify which specific enclosure (1) SOW efforts/tasks it intends to perform, as well as the specific efforts/tasks the partner will perform, with the substantiating data required in this SSN supporting the identified partnering roles and responsibilities.  NOTE: 100% of the enclosure (1) SOW and SSN requirements must be addressed in any submitted partnering submittal. A partnering submittal cannot merely state “We plan to team with XYZ Corporation” without supporting qualifications and experiential content.  A letter of general intent from the named partner must be included with the SSN response.

NOTE:  In the event this contract is set aside for small business concerns, the small business concern agrees that it will be in strict compliance and conformance with the percentage payment limitations for services, supplies, or construction (as applicable) to subcontractors that are not similarly situated entities in accordance with FAR 52.219-14 Limitations on Subcontracting and state such in their response.

4.0       Minimum Qualifications / Experience Requirements

Interested firms shall document and submit specific and evidenced / demonstrated possession of the minimum qualifications and experience requirements in the technical areas identified in bullets a through p below which are critical to the successful execution of the SWS enclosure (1) SOW requirements identified in paragraph 5.0 below.  This experience shall be documented as specified in paragraph 6.0 below:

a.  SWS, AWS, NWS, FSSW, UK Dreadnought and Vanguard Systems Engineering and Integration:  At least 5 years of experience

  1. Weapons systems engineering
  2. Test Engineering
  3. Shipyard and New Construction
  4. Data Analysis
  5. System Integration, Verification, Validation Management and Test

b.  Fleet and shipboard direct logistics support:  At least 5 years of experience

c.  Documentation of project logistics and engineering management requirements to include:  At least 5 years of experience

  1. Project coordination documentation management
  2. Electronic document systems management
  3. Systems publications
  4. Shipyard installation test support
  5. Test equipment and test data analysis
  6. SWS re-engineering support to include improvement initiatives

d. Configuration Management:  At least 5 years of experience

  1. SSP Alterations (SPALT) Program
  2. Logistics engineering
  3. Planned and Preventive Maintenance Program (PMMP)
  4. Standard Maintenance Procedures (SMP)
  5. Systems level documentation and training curriculum support
  6. Digital modeling and model-based systems

e.  Multi-discipline engineering reviews of engineering designs and other technical documentation:  At least 5 years of experience

f.  Strategic Weapons Facility Atlantic (SWFLANT) / Strategic Weapons Facility – Pacific (SWFPAC) / SWS Facilities Capabilities Evaluation and Planned Maintenance Program Support:  At least 5 years of experience

g.  SWS, AWS, NWS, FSSW, COLUMBIA, UK Dreadnought and Vanguard Safety Risk Management and engineering:  At least 5 years of experience

h. Technical Documentation Publication and Distribution:  At least 5 years of experience

i.  SSP Shipboard Integration (SSI) program:  At least 5 years of experience

  1. Test engineering services
  2. Systems engineering
  3. Data Analysis Software and documentation
  4. Safety engineering
  5. Planning, field logistics services and network maintenance

j.  Maintenance Applications Shore support:  At least 5 years of experience

k.  Infrastructure Operations - Model Based Engineering (MBE):  At least 5 years of experience

l.  Information Systems (IS) Program Acquisition Management:  At least 5 years of experience

m.  Systems Engineering AIS Support for Applications Integration and Maintenance:  At least 5 years of experience

n.  IS and Enterprise Information Governance and Data Management:  At least 5 years of experience

  1. Architecture Technology Infrastructure and Applications Implementation
  2. Program Integration Support
  3. Directives Management Program Support
  4. Electronic Business Integration

o.  COLUMBIA CMC Systems Engineering & Integration:  At least 5 years of experience

p.  SWS, AWS, NWS, FSSW Systems Security Engineering, Policy and Policy Support:  At least 5 years of experience

  1. Supply Chain Security and Risk Management
  2. Hardware Assurance/Anti-Tamper Engineering Support
  3. Intelligence Analysis and Support
  4. Non-enterprise cybersecurity implementation

q.  Naval Treaty Systems Engineering Analysis and support for applications integration and development including IT Operations Support:  At least 5 years of experience

r.  SLCM-N Program Support:  At least 3 years of experience in items 1 - 6

1.  Systems Engineering

2.  Government Furnished Information

3.  Interface Management

4.  System Security Engineering

5.  NWS Safety Risk Management

6.  Technical Application Management

s.  D5LE2:  At least 3 years of experience in items 1 - 9

1.  Configuration Management

2.  Weapon System Interface and architecture management

3.  Weapon System Test

4.  System Integration, Verification, Validation Management and Test

5.  Safety Risk Management Engineering support

6.  System Security Engineering

a.   Supply Chain Security and Risk Management

  1. Hardware Assurance/Anti-Tamper Engineering Support

c.    Software Assurance

  1. Non-enterprise cybersecurity implementation

7. MBE environments Information Systems (IS)

8. Technical Information Technology (IT) Program Management and Data Management Services

9.  Product Support and Supportability Engineering Support

10. Minimum 8 years experience providing Product Support and Supportability Engineering and Electronic Product Lifecycle Management (ePLM) Support

t.  Technology Applications Modernization and Information Processing Sustainment:  At least 3 years of experience

      1.  Configuration Management

      2.  Technical Documentation

      3.  Hazard Management System

      4.  SSP Risk/Opportunity Register

      5.  Program Maintenance Management Plan

      6.  Trouble and Failure Reporting Modernization

      7.  SWSNET Red PLM Deployment

5.0       Description of Requirements 

See enclosure (1) SOW Requirements.  NOTE: These requirements are interrelated and cannot be fragmented into separate procurements. They ensure SSP will be able to meet the critical D5LE SWS, CMC, D5LE2 and SLCM-N systems engineering mission requirements and meet planned milestone schedules.

5.1       Quantity of Personnel Required / Place of Performance

407 yearly Full Time Equivalent (FTE) personnel performing in the greater Washington DC area, Cape Canaveral FL, Silverdale WA, Huntsville, AL and Kings Bay, GA.  Approximately 12 of the 407 yearly FTE’s will require a Top Secret clearance/Sensitive Compartmentalized Information (TS/SCI).

6.0       Evidentiary Qualifications/Experience Documentation Requirements

Interested firms must possess the requisite minimum qualifications and experience identified in paragraph 4.0 above and demonstrated relevant and recent experience as it relates to the paragraph 5.0 enclosure (1) SOW requirements.  White Paper Capability statements must include all of the content and details identified below:

6.1       Minimum Qualifications / Experience Requirements Validation

White Paper Capability statement submissions shall include a discrete section with the heading “Minimum Qualifications / Experience Requirements” and document, with specific information, each of the minimum qualifications identified in paragraph 4.0 above.  This section may cite contract reference efforts detailed in Table A of paragraph 6.2 attached provided respondents provide context and rationale as to how that contract reference effort(s) demonstrates possession of the applicable minimum qualifications/experience bullets a through t identified in paragraph 4.0.

6.2       Relevant & Recent Experience / Supporting Narratives

In addition to demonstrating possession of the requisite minimum experiential qualifications identified in paragraph 4.0 above, interested firms shall demonstrate relevant and recent experience performing the same or similar efforts to the enclosure (1) SOW requirements.  Relevant experience is defined as performing efforts similar in scope, size, and complexity as the enclosure (1) SOW requirements with an annual incurred cost/expense of at least $90M.  Recent experience is defined as work performed within 5 years of the SSN posting date.  To substantiate the performance of relevant and recent efforts to the enclosure (1) SOW requirements, White Paper Capability statements shall provide a list of current or previous contract references and the effort(s) performed thereunder detailing and evidencing a direct correlation of the contract reference effort to the enclosure (1) SOW requirements using the specific outline provided in Table A below.  The Table A outline shall include the following information per individual contract reference:

  1. Summary of relevant work performed and how that specific work demonstrates capability to perform the specific requirements identified in the enclosure (1) SOW requirements
  2. Current / Prior Contract Number(s) and Customer/Agency Supported
  3. Identification of your role as the Prime or Subcontractor
  4. Contract Type
  5. Period of performance of the specific contract reference effort performed
  6. Quantity of FTE personnel utilized on the specific contract reference effort, per annum, with distinction and FTE quantities identified between the respondents FTE employees and any subcontractor FTE employees
  7. Net Dollar value (base and options) for each contract reference and the Annual Incurred costs for each contract reference provided.  NOTE: solely citing an IDIQ ceiling amount or base and all options aggregate value without the annual incurred costs for the submitted contract references is not acceptable – amounts must be specific to actual incurred costs for a Contract CLIN(s) or Individual Task Order(s), for the contract references cited in Table A below.
  8. Customer point of contact with valid phone number and email

NOTE: Work deemed not relevant or recent to the enclosure (1) SOW requirements will not be considered.  

See Enclosure (2): TABLE A – SUMMARY OF RELEVANT & RECENT WORK

7.0      Company Information and Deadline for Submittal

White Paper Capability statements shall be submitted in Microsoft Word for Office 2000 compatible format or PDF format and are due no later than 13 February 2026, 4:00pm ET.  The White Papers shall not exceed 25 pages in total, using 12-point Times New Roman and 1” margin and shall be submitted via e-mail to Christopher Beck at Chritopher.Beck@ssp.navy.mil and to Kekoa Erber at Kekoa.Erber@ssp.navy.mil.

ALL White Paper Capability submittals shall include the following information “not” included in the aforementioned maximum 25-page limit:

  1. Company Administrative Information
    • Company Name:
    • Company Point of Contact (email and phone) and Title:
    • Company Address:
    • DUNS No:
    • Cage Code:
  2. Size of business, including; total annual revenue, by year, for the past three years and number of employees;
  3. Ownership, including whether: small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns;
  4. Number of years in business;
  5. Identification of the current security clearance held at your facility that will provide support to the enclosure (1) SOW requirements.  NOTE: Work to be performed under this contract shall require the contractor to have a facility clearance of TS and a computing facility that is cleared to process TS data.  Further, personnel to perform this effort shall possess an active security clearance rating of SECRET, and TS / TS SCI, as identified in paragraph 8.1 above.

Responders shall indicate which portions of their response are proprietary and should mark them accordingly.  It is the responsibility of the interested businesses to monitor the SAM.gov website for additional information pertaining to any potential acquisition.

8.0      Government Assessment

The White Paper Capability statement responses received in response to this SSN must meet the requirements stated in the SSN and will be evaluated to determine whether each respondent is Capable or Not Capable of performing the requirements.  This evaluation will be based solely on the specific data and supporting content provided by respondents in their White Paper Capability statement submissions.  Incomplete or generalized White Paper Capability statements, without specificity as it relates to the SSN content requirements, omitted content, or content which fails to address all of the requirements of this SSN, will have a direct effect upon the Government’s capability assessment.  The Government’s Capability Evaluation will include, but is not limited to, an assessment of the following:

(1) The contractor’s specific and evidenced / demonstrated possession of the minimum qualifications / experience requirements identified in paragraph 4.0;  

(2) The contractor’s demonstrated ability to manage, as a prime contractor, the types and magnitude of requirements identified in the enclosure (1) SSN SOW based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity;

(3) The contractor’s demonstrated technical ability, as a prime contractor, to execute the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity; and

(4) The contractor’s demonstrated capacity to execute the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity, the quantity of personnel required, and the contract award date.

9.0      SSN Disclaimer

This SSN is issued solely for Market Research purposes.  It does not constitute a Request for Proposal (RFP) nor a promise to issue an RFP in the future.  This SSN does not commit the Government to solicit or award a contract.  The information provided in the SSN is subject to change and is not binding on the Government.  Respondents are advised that ALL costs associated with responding to this SSN will be solely at the interested parties expense and the U.S. Government will not pay for any information or costs incurred or associated with submitting a SSN White Paper Capability statement, including any requests for follow-up information.  The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns).

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.