Tools and Resources for Budget Optimization (TRBO) Sustainment
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: DC. Response deadline: Feb 20, 2026. Industry: NAICS 541513 • PSC DF01.
Market snapshot
Awarded-market signal for NAICS 541513 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541513
Description
Tools and Resources for Budget Optimization (TRBO) Sustainment
1.0 Product Service Code (PSC)
DF01 – IT and Telecom – IT Management Support Services (Labor)R405 – SUPPORT- PROFESSIONAL: OPERATIONS RESEARCH/QUANTITATIVE ANALYSIS
2.0 North American Industry Classification System (NAICS) Code
The applicable North American Industry Classification System (NAICS) code is 541513 – Computer Facilities Management Service
3.0 Contracting Office Address
Strategic Systems Programs (SSP) 1250 10th Street, Suite 4600
Washington DC 20374
4.0 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 synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Therefore, no proposals are being requested or accepted in response to this SSN.
5.0 Purpose
In accordance with (IAW) Federal Acquisition Regulations (FAR) Part 10, SSP is conducting market research to determine if sources are capable of successfully performing the requirements identified in this SSN. Specifically, SSP is seeking capable firms for SSP’s Tools and Resources for Budget Optimization (TRBO) sustainment. The Contractor shall maintain and develop a comprehensive application which allows SSP and its Field Activities to maintain a detailed and locked program financial database. Currently there are approximately 600 users across 25 Branches and approximately 190 budget packages with expectations to grow as new SSP efforts ramp up and begin to use TRBO. The goal is to implement an online Budget and Planning Tool utilizing Agile processes that achieve results through continuous capability enhancements, minimal downtime, prompt response to emerging needs, demonstrated reliability, and optimized performance with resource utilization minimized. The scope of the contract encompasses requirements for the Contractor to provide business analysis, development, implementation, enhancements, and maintenance services required to successfully implement the SWSN IT-hosted application.
The contract type is anticipated to be Firm Fixed Price. The Period of Performance (POP) will include a base period FY26 effort from 1August 2026– 31 July 2027, and four (4) 12-month option periods.
6.0 White Paper Capability Statement Credentials
SSP is seeking detailed, complete, and thorough White Paper capability statements from interested parties who can demonstrate and document, with evidentiary support, that they 1) possess the qualifications and experience identified in paragraph 7.0 which are critical to the successful execution of the requirements, and 2) demonstrate recent and relevant experience, as the Prime Contractor (or subcontractor) performing the same/similar efforts of the same/similar scope, size, and complexity to the enclosure (1) SSN SOW requirements identified in paragraph 8.0. Respondents should describe their existing capability, or potential to acquire the capability, to meet the enclosure (1) SSN SOW requirements by the time of contract award, estimated to be 1 August 2026.
6.1 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 7.0 and who can describe its concerns’ capability (or ability to obtain the capability by the contract award date) to execute the complete requirement identified in the enclosure (1) SSN SOW in paragraph 8.0, as well as provide the requisite past performance experience detailed in Section 9.0, 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 tasks it intends to perform, as well as the specific 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, if obtainable.
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 FAR 52.219-14 Limitations on Subcontracting.
7.0 Qualifications / Experience Requirements
Respondents are requested to provide information demonstrating their capabilities and experience related to the technical areas identified below (a-e). This information will help the Government assess a source's ability to successfully perform the work described in the enclosed Statement of Work (SOW).
a. Operational Maintenance: Provide comprehensive operational, corrective, and adaptive maintenance to ensure the TRBO application remains stable, functional, and compatible with its evolving technical environment.
b. Security, Compliance, Documentation, CM, and DevSecOps Sustainment: Provide all security, compliance, documentation, configuration management, and DevSecOps pipeline sustainment necessary to maintain the SSP TRBO Modernization system in full alignment with DoD cybersecurity and configuration standards.
c. Backlog Stabilization and Remediation: Provide Backlog Stabilization and Remediation services to review, assess, triage, and fix the application's existing software backlog.
d. Training, Knowledge Transfer, User Support and Help Desk: Provide comprehensive user support, training, and knowledge-transfer services to ensure TRBO users maintain full operational proficiency with the TRBO application throughout the period of performance
e. Program Management & Reporting: Provide program management services, including status reporting, risk and issue tracking, financial tracking, schedule updates, CDRL submissions, stakeholder coordination, meeting hosting and quality-assurance oversight, and
8.0 Description of Requirements
See enclosure (1) SSN SOW Requirements.
8.1 Quantity of Personnel Required / Place of Performance
Respondents should provide the minimum labor mix to provide the resources and knowledge to support the listed tasks. Tasks listed in the SOW to be performed at SSP headquarters located at the Washington Navy Yard.
9.0 Evidentiary Qualifications/Experience Documentation Requirements
Respondents should possess the requisite qualifications and experience identified in paragraph 7.0 and describe relevant and recent experience as it relates to the enclosure (1) SOW requirements in paragraph 8.0. White Paper Capability statements should document all of the content and details identified in paragraph 7.0.
9.1 Relevant & Recent Experience / Supporting Narratives
Respondents are requested to submit a White Paper Capability Statement demonstrating their ability to perform efforts similar in scope, size, and complexity to the requirements outlined in the enclosed Statement of Work (SOW).
For the purposes of this market research respondents can highlight relevant experience performed within the last several years that is most relevant to the requirements described in the SOW.
Respondents should provide examples of relevant contracts of similar scope, size and complexity as well as the contract and customer type and the period of performance.
10.0 Company Information and Deadline for Submittal
White Paper Capability statements should be submitted in Micrsoft Word for Office 2000 compatible format or PDF format and are due no later than 20 February 2026 at 2:00 pm Eastern Time. The White Papers should not exceed 5 pages in total, using 12-point Times New Roman and 1” margins and should be submitted via email to Brenda Petitt at Brenda.Petitt@ssp.navy.mil and Bruce Baltas at Milton.Baltas@ssp.navy.mil.
NOTE: The page count, font size, and margin requirements apply to the entire SSN response, to include any Cover Pate, Attachments, Headers, Footers, etc. “excluding” the Company Administrative Information below.
The Government is seeking detailed content and responses to the SSN requirements over any promotional detail, pictures, etc.
ALL White Paper Capability submittals should include the following Company Administrative Data which is “NOT” included in the aforementioned maximum 5-page limit:
1. Company Administrative Information
a. Company Name:
b. Company Point of Contact (email and phone) and Title:
c. Company Address:
d. Unique Entity Identifier (UEI) No:
e. Cage Code:
2. Size of business, including; total annual revenue, by year, for the past five 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 does not require the Contractor to have a facility clearance of SECRET and a computing facility that is cleared to process SECRET data, but requires employees to hold a SECRET clearance.
6. Size of business, including; total annual revenue, by year, for the past five years and number of employees;
7. 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;
8. Number of years in business;
9. 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 does not require the Contractor to have a facility clearance of SECRET and a computing facility that is cleared to process SECRET data, but requires employees to hold a SECRET clearance.
Respondents to this SSN should indicate which portions of their response are proprietary/business sensitive and should mark them accordingly. It is the responsibility of the SSN respondent to monitor the sam.gov website for additional information pertaining to any potential acquisition.
11.0 Government Assessment
The White Paper Capability statement responses to this SSN should meet the requirements stated in the SSN and will be reviewed to determine whether each respondent is capable of performing the requirements. This review will be based solely on the specific data and supporting content provided by the respondents in their White Paper Capability statement submissions and responses to any follow-on clarification inquires submitted by the Government. Due to time constraints, the government will not entertain capability briefings or presentations. 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 affect upon the Government’s assessment of the White Paper submittal.
The Government’s assessment will include, but is not limited to, the following:
(1) The respondent’s specific documentation of the Qualifications / Experience requirements identified in paragraph 7.0;
(2) The respondent’s described ability to manage, as a Prime or Subcontractor, the types and magnitude of requirements identified in the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar tasks in terms of scope, size, and complexity;
(3) The respondent’s described technical ability, as a Prime or Subcontractor, to execute the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity; and
(4) The respondent’s described capacity to execute the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar tasks in terms of scope, size, and complexity, the quantity of personnel required, and the contract award date.
12.0 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, including any requests for follow-up information, will be solely at the interested parties’ expense and the Government will not pay for any information or costs incurred or associated with submitting this SSN White Paper Capability statement or follow-on responses.
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, service-disabled veteran-owned small business, 8(a), HUBZone small business, and women-owned small business programs.
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.