FY25-FY27 FIRE CONTROL TECHNICAL AND ENGINEERING SERVICES IN SUPPORT OF THE NUCLEAR-ARMED, SEA-LAUNCHED CRUISE MISSILE (SLCM-N) PROGRAM
ID: N00030-26-R-7000Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSTRATEGIC SYSTEMS PROGRAMSWASHINGTON NAVY YARD, DC, 20374-5127, USA

NAICS

Engineering Services (541330)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Strategic Systems Programs (SSP), is planning to award a sole-source contract for Fire Control Technical and Engineering Services in support of the Nuclear-armed, Sea-Launched Cruise Missile (SLCM-N) Program for fiscal years 2025 to 2027. This procurement aims to secure specialized engineering services necessary for the development and maintenance of critical defense systems, emphasizing the importance of these services in ensuring national security. The primary work locations will be in Washington, DC, and Pittsfield, Massachusetts, with an estimated award date in December 2025 and a performance period of up to 36 months. Interested parties may contact Jessica Zhang at jessica.zhang@ssp.navy.mil or Brian Kimm at Brian.Kimm@ssp.navy.mil for further information, although this notice is not a request for competitive proposals.

    Files
    Title
    Posted
    The Strategic Systems Programs (SSP) issued a pre-solicitation notice (N00030-26-R-7000) on December 4, 2025, announcing its intent to award a sole-source contract to General Dynamics Mission Systems (GDMS). This contract is for FY25-FY27 Fire Control Technical and Engineering Services to support the Nuclear-armed, Sea-Launched Cruise Missile (SLCM-N) Program. The acquisition is justified under 10 U.S.C. 3204(a)(1) and FAR 6.302-1, citing only one responsible source. The primary work locations will be Washington, DC, and Pittsfield, Massachusetts, with a potential 36-month performance period. The estimated award date is December 2025. This notice is not a request for competitive proposals, but SSP will consider responses received within fifteen days to determine if competition is viable, though such a decision is at their sole discretion.
    Similar Opportunities
    2025 CAPITAL MAINTENANCE OF NAVY-OWNED FACILITIES AT NIROP PITTSFIELD
    Buyer not available
    The Department of Defense, through the Strategic Systems Programs (SSP), intends to negotiate a sole-source contract with General Dynamics Mission Systems (GDMS) for the capital maintenance of Navy-owned facilities at the Naval Industrial Reserve Ordnance Plant (NIROP) in Pittsfield, Massachusetts. This procurement aims to manage and perform essential maintenance on equipment and facilities that support the Trident II Strategic Weapons System Fire Control System program. The opportunity is significant as it ensures the operational readiness and reliability of critical defense infrastructure. Interested parties can direct inquiries to Lauren Shallow at lauren.shallow@ssp.navy.mil or Bina Russell at bina.russell@ssp.navy.mil; however, it is important to note that this notice is for informational purposes only and does not constitute a solicitation or commitment by the government.
    2027 Flight Test Instrumentation (FTI)Development, Production, Support, and Installation
    Buyer not available
    The Department of Defense, specifically the Strategic Systems Programs (SSP) under the Department of the Navy, is conducting market research through a Sources Sought Notice for the development, production, support, and installation of Flight Test Instrumentation (FTI) systems for the fiscal year 2027. The procurement aims to secure engineering services that encompass maintenance, operation, logistics support, and life cycle management for FTI systems utilized in various flight tests, including those for the Trident II and Nuclear-Armed, Sea-Launched Cruise Missile (SLCM-N). This initiative is critical for ensuring the reliability and effectiveness of strategic weapons systems, as it involves advanced engineering support, system upgrades, and collaboration with other agencies to enhance operational capabilities. Interested firms must submit their White Paper Capability statements by December 17, 2025, to SPN208@ssp.navy.mil, demonstrating their qualifications and relevant experience in similar projects.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Buyer not available
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    CDS Sustainment FY32-37
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    Request for Information - Engineering Services and Supplies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought (SS) to gather insights on engineering services and supplies necessary for the sustainment and enhancement of the AEGIS Weapon System and AN/SPY Radar Signal Processor. This initiative aims to explore alternatives to a sole-source award to Lockheed Martin for a five-year Basic Ordering Agreement (BOA), which is being considered due to concerns over substantial duplication of costs and potential delays associated with competitive procurement. Interested contractors are invited to submit capability statements, product literature, and white papers to challenge the sole-source justification, with responses due by December 10, 2025, at 2:00 PM EST. For further inquiries, interested parties may contact Kathryn Muessig at Kathryn.m.muessig.civ@us.navy.mil or by phone at 812-381-7158.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    Special Notice For Space Systems Command Strategic Services Vehicle (SSSV) Program
    Buyer not available
    The Department of Defense, specifically the United States Space Force's Space Systems Command, is issuing a special notice regarding the Strategic Services Vehicle (SSSV) Program, which includes the upcoming release of multiple Blanket Purchase Agreements (BPAs) for various advisory and assistance services. The procurement aims to provide essential support in areas such as Acquisition, Security, Financial Management, and Engineering, with a focus on engaging small businesses, particularly Service-Disabled Veteran-Owned and Woman-Owned Small Businesses. The estimated release for the Acquisition Support BPA is projected for the fourth quarter of Calendar Year 2025, with additional solicitations expected throughout 2026, and a total funding magnitude of approximately $188 million for Acquisition Support alone. Interested parties can reach out to Maria Jimenez or Capt Bryan Smith at ssc.esd.sssv-program@spaceforce.mil for further information.
    FY23-FY27 MK 45 WATERFRONT SUPPORT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to procure waterfront support services under the contract titled "FY23-FY27 MK 45 WATERFRONT SUPPORT." This contract, awarded non-competitively to BAE Systems Land & Armaments L.P., is structured as a Cost-Plus-Fixed-Fee (CPFF) and Cost (no fee) arrangement, based on the justification that only one responsible source can meet the agency's requirements. The services are critical for maintaining and supporting the MK 45 naval gun systems, which play a vital role in naval operations. Interested parties can reach out to Jeannele Macey at jeannele.m.macey.civ@us.navy.mil or Cady Ramirez at cady.h.ramirez.civ@us.navy.mil for further inquiries regarding this opportunity.
    Infrastructure Safety Support Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking industry input for Infrastructure Safety Support Services under a Cost-Plus Fixed Fee (CPFF) task order. The procurement aims to gather information to assist in the preparation of a task order that will encompass safety and environmental compliance, facilities management, and security operations across Kitsap, Jefferson, and Clallam Counties in Washington State. This initiative is critical for ensuring the operational integrity and safety of the Navy's infrastructure, with an estimated contract value between $25 million and $50 million, and a projected workforce requirement of approximately 32 full-time positions. Interested parties are encouraged to submit their responses and questions via email to Michelle Farrales by December 12, 2025, as part of this sources sought notice.