Skip to content
Department of Defense

Ship Self-Defense System (SSDS) Sustainment / Production Hardware

Solicitation: N00024-26-R-5200
Notice ID: cb0bbdd42e364cf886a172459a9233d4
TypeSources SoughtNAICS 334118PSC1220DepartmentDepartment of DefenseAgencyDept Of The NavyStateDCPostedFeb 03, 2026, 12:00 AM UTCDueMar 31, 2026, 09:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Mar 31, 2026. Industry: NAICS 334118 • PSC 1220.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N00024-26-R-5200. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334118 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,054,823
Sector total $52,182,378,817 • Share 0.0%
Live
Median
$77,009
P10–P90
$30,191$123,826
Volatility
Volatile122%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,054,823)
Deal sizing
$77,009 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
Not listed
State: DC
Contracting office
Washington Navy Yard, DC • 20376-5000 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2017-0153 (Rev 21)
Open WD
Published Dec 03, 2025District of Columbia, Maryland, Virginia +1 • Alexandria, Arlington, Calvert +17
07080
Fast Food Shift Leader
Base $18.70Fringe $0.00

HEALTH & WELFARE: $1.00 per hour or $40.00 per week or $173.34 per month | VACATION: $.27 per hour in paid vacation after 1 year of service with a contractor or successor. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (29 CFR 4.173) | HOLIDAYS: $.13 per hour in holiday pay. (29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Frederick Mitchell, Contract Specialist
Email
frederick.m.mitchell.civ@us.navy.mil
Phone
Not available
Name
Gary Braunstein
Email
gary.m.braunstein.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA HQ • NAVSEA HQ
Contracting Office Address
Washington Navy Yard, DC
20376-5000 USA

More in NAICS 334118

Description

EDITED 1/6/26 - Extended the date of submission, Updated description to align with updated date, Updated authorized Contractor paragraph

EDITED 1/20/26 - Updated POC information

EDITED 1/6/26 - Updated description to align with updated date of submission

EDITED 12/23/25 - Added TOUA to attachments and extended the date of submission

EDITED 11/18/25 - Added additional information about response date and page quantity of submission.

The Naval Sea Systems Command (NAVSEA) Program Executive Office Integrated Warfare System (PEO IWS) 80, is requesting information regarding industry’s capabilities and related experience for procurement of the efforts required for Ship Self-Defense System (SSDS) Sustainment / Production Hardware as defined in the draft Request for Proposal (RFP). NAVSEA also seeks feedback from industry regarding how to maximize competition and increase efficiencies for these requirements.  Additionally, any other information that would be needed to bid this requirement. The requested response date is 31 March 2026. Earlier responses are welcome.

The SSDS Program provides the tactical combat system processing, storage and networking systems equipment that meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. Navy amphibious ships and aircraft carriers.

The SSDS program needs to provide sustainment, procurement for Engineering Services and Other Direct Costs (ODCs) to address (Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and Obsolescence solutions, sparing, warehousing, depot level repair and production for SSDS hardware to include but not be limited to, Maintenance Assist Module (MAMs) Cabinets, Arming Units, and Portable Maintenance Aid (PMA) Laptops for installation of SSDS / MK6 MOD X.

The Contractor, working with the Government Design Agent (DA) will develop and maintain a Level III Technical Data Package (TDP) for the SSDS equipment. The Contractor will update and maintain the TDP as DMS/MS is resolved, will submit Engineering Change Proposals (ECPs) when needed, and will deliver a quarterly TDP update to the DA for review and approval. The Contractor will follow the Government Configuration Management (CM) process. Further, the Contractor shall provide the Government with technical documentation, Integrated Logistics Support (ILS) documentation, and test procedures to support the system sustainability in the Fleet for which it is anticipated that the Government shall have unlimited data rights. The Government will pursue Government Purpose Rights (GPR) or greater technical data rights for items delivered under this contract.  

The anticipated solicitation will include cost-plus-fixed-fee, firm-fixed-price and cost-only contract line items for travel and incidental material for the efforts that will support the SSDS acquisition efforts for FY27 through FY37 and is anticipated for award in CY27.

NAVSEA is providing a draft Statement of Work (SOW) for industry review and comment.   Authorized contractors are encouraged to review the draft SOW and provide comments. NAVSEA is specifically interested in recommendations to increase competition and increase efficiencies. Contractors may provide recommendations regarding contract structure, cost type, barriers to competition, unnecessary cost drivers, additional information required to bid the requirement, etc.

To be an authorized Contractor, the Contractor shall be a United States Department of Defense Contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency’s website. Authorized contractors shall fill out and submit a signed copy of the Terms of Use Agreement  to request a copy of the Attachments from the point of contacts identified below and shall always comply with the distribution statement and instructions. If the Terms of Use Agreement cannot be accessed after request on SAM is approved, please send an email to frederick.m.mitchell.civ@us.navy.mil.

Submission Instructions:

Interested parties are requested to provide a written response limited to 15 pages or less, 1-inch margins, and 10-point Times New Roman font or larger. Respondents may also provide comments/track changes on the draft SOW in Microsoft Word.

Industry shall possess a facility security clearance level of SECRET.

Interested parties should provide company profile to include the following:

Company Name

Company Address

Point of Contact

E-mail Address

Telephone Number

Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.)

Number of employees

CAGE Code

Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, cc-ing Gary Braunstein at gary.m.braunstein.civ@us.navy.mil and Kathleen Simonini at Kathleen.p.simonini@us.navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions will be utilized for market research and will not be returned.

Respondents are NOT permitted to provide responses containing classified information in response to this RFI.

Disclaimer:

This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse direct costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.

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.