Technical systems engineering, analysis and program support services for the TRIDENT II Submarine Ballistic Missile (SLBM) Program.
ID: N0003025R3019Type: Presolicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Strategic Systems Programs (SSP) office of the Department of the Navy, intends to solicit and negotiate a contract for technical systems engineering, analysis, and program support services for the TRIDENT II Submarine Launched Ballistic Missile (SLBM) Program. The contract will encompass a range of services including assessments and special studies related to nuclear technologies, arms control, and strategic weapons systems, with a focus on supporting various SSP initiatives. This procurement is critical for maintaining the effectiveness and reliability of the U.S. nuclear deterrent capabilities. The anticipated contract, which will be awarded on a sole source basis to Systems Planning and Analysis, Inc., is expected to have a base year starting in FY 2026, with two option years through FY 2028, and the award date is projected for October 1, 2025. Interested parties can reach out to Anzhelika Grabovetskaya at anzhelika.grabovetskaya@ssp.navy.mil or by phone at 703-258-9478 for further information.

Point(s) of Contact
Files
No associated files provided.
Similar Opportunities
2025 US and UK Weapon Control Systems Spares and Special Support Equipment
Buyer not available
The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs, is seeking to procure weapon control system spares and special support equipment for the U.S. and U.K. This procurement involves a Basic Ordering Agreement (BOA) Order to General Dynamics Mission Systems (GDMS) for spare parts related to the Fire Control System (FCS) Auxiliary System, including the Strategic Weapons System Maintenance Information Network (SWSMIN) and associated support equipment. The contract will be awarded on a sole source basis due to GDMS being the only manufacturer with the necessary expertise and capabilities for the Trident (II) D5 Strategic Weapon System. Interested subcontractors can reach out to GDMS's Small Business Liaison, Ms. Alexis Petro, at alexis.petro@gd-ms.com for potential opportunities. For further inquiries, contact Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193.
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.
DCSS 20 Inch Display Refresh
Buyer not available
The Department of Defense, specifically the Strategic Systems Programs office within the Department of the Navy, is planning to procure a Basic Ordering Agreement (BOA) Order to refresh the Display and Control Subsystem (DCSS) 101 Console display. This procurement involves the delivery of an obsolescence refresh program plan, a Technical Data Package (TDP), and documentation for in-progress reviews, all to be executed in accordance with relevant Ordnance Directives and Technical Program Management processes. The contract will be awarded on a sole source basis to General Dynamics Mission Systems (GDMS) due to their unique capabilities and expertise as the sole manufacturer of the Trident (II) D5 Strategic Weapon System Fire Control System. Interested subcontractors may reach out to GDMS's Small Business Liaison, Ms. Alexis Petro, at alexis.petro@gd-ms.com for potential opportunities. For further inquiries, contact Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193.
Follow-On Towed Array Integrated Product Team (TAIPT) Telemetry and Technical Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), intends to award a follow-on Indefinite Quantity/Indefinite Delivery (ID/IQ) contract for Telemetry and Technical Services related to the Towed Array Integrated Product Team (TAIPT). This procurement aims to secure engineering and technical services, including configuration management, component repairs, and technical documentation for sonar arrays, specifically enhancing capabilities for undersea and anti-submarine warfare operations. The contract will be awarded on a Sole Source basis to L3 Technologies, Inc. Chesapeake Sciences, with an anticipated requirement of 40,300 man-hours over a five-year period. Interested parties may submit capability statements for consideration, and further details will be released with the Request for Proposal (RFP) expected around April 2025. For inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Andrew Kenyon at andrew.kenyon3.civ@us.navy.mil.
SOLE SOURCE JOB ORDER- Research and Development, Engineering, Logistics, and Repairs for AN/AQ-218 Tactical Jamming Receiver System (TJSR), AN/AQ-240 Electronic Support Measures System, AN/ALQ-264 Beowulf, Software Support for Electronic Attack Unit (EAU)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to award a sole source contract for research and development, engineering, logistics, and repairs related to the AN/AQ-218 Tactical Jamming Receiver System, AN/AQ-240 Electronic Support Measures System, and AN/ALQ-264 Beowulf, along with software support for the Electronic Attack Unit (EAU) and Next Generation Electronic Attack Unit (NGEAU). The procurement will encompass program management, engineering support, research and development, logistics support, and repair services for Weapons Repairable Assemblies (WRAs) and Shop Repairable Assemblies (SRAs) utilized in these systems. This contract is critical for maintaining and enhancing the capabilities of electronic warfare systems, ensuring operational readiness and effectiveness. Interested parties may submit capability statements to the primary contact, Megan Regan, at megan.m.regan2.civ@us.navy.mil, with the closing date for submissions set for April 16, 2025, and the anticipated award date for the contract on July 1, 2026.
SSBN Lead Foam Replacement and Test Descriptors
Buyer not available
The Department of Defense, through the Strategic Systems Programs office, is seeking to procure services for the replacement of lead foam in SSBNs, specifically targeting the Power Conversion Equipment, Fire Control Circuit Panel Cabinets, and Fan Assembly Foam. This procurement involves refurbishing and installing new foam via foam refresh kits, with the work to be conducted in accordance with established Ordnance Directives and Technical Program Management processes. The contract will be awarded on a sole source basis to General Dynamics Mission Systems, the sole manufacturer with the necessary expertise and capability, with performance primarily occurring at the contractor's site. Interested subcontractors can reach out to GDMS's Small Business Liaison, Ms. Alexis Petro, at alexis.petro@gd-ms.com for potential opportunities.
25-SIMACQ-E30-0013 SMART Lic. GATOR SPS
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, California, is seeking a sole source vendor, Resource Analysis Corporation, to provide SMART program licenses for the G/ATOR, SPS-75, and SPS-77 systems under solicitation number N63394-25-Q-0024. This firm-fixed-price contract, with a delivery period from October 1, 2025, to September 30, 2029, aims to address critical obsolescence management issues through the unique capabilities of the SMART software, which includes Bill of Material management and real-time data monitoring. Interested vendors must submit their quotes in PDF format by April 16, 2025, and are required to comply with specific provisions from the Federal Acquisition Regulation and Defense Federal Acquisition Regulation Supplement. For further inquiries, vendors can contact Jorge Ortiz at jorge.u.ortiz.civ@us.navy.mil or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil.
0224-05 Ansys SWM
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is soliciting proposals for the acquisition of specific software licenses from Ansys Inc., including products essential for engineering problem resolution. The procurement aims to secure licenses for various Ansys software products, which must be compatible with existing systems and are critical for maintaining operational efficiency in engineering applications. Interested vendors must submit their quotations by April 14, 2025, with the anticipated award date in April 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential offerors can contact Terrence Turner at terrence.o.turner.civ@us.navy.mil or by phone at 540-742-8853.
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
Long Range BAA for the Undersea Security Program
Buyer not available
Here is a summary of the federal contract opportunity, titled Long Range BAA for the Undersea Security Program: Opportunity Overview The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs office, seeks proposals for its Undersea Security Program. This Broad Agency Announcement (BAA) invites innovative solutions and services in the realm of undersea warfare and submarine security. The primary objectives are to enhance undersea capabilities and improve submarine survivability. Scope of Work Successful awardees will be expected to perform tasks encompassing research, analysis, and development. This includes wargaming, modeling, and assessments of undersea warfare scenarios, as well as developing strategies to improve the survivability of submarines and unmanned undersea systems. The focus should be on delivering comprehensive reports, both progress and final, along with any associated software or hardware outputs. Awardees will be required to adhere to strict timelines and provide regular updates. Eligibility Criteria Proposers for this contract must demonstrate expertise and experience in their respective fields, aligning with the specific research and development objectives. The Navy encourages participation from small businesses and requires large businesses to have a subcontracting plan in place. Offerors must strictly adhere to the numerous FAR, DFARS, and NMCARS provisions mentioned in the BAA, encompassing cybersecurity, telecommunications, and equal opportunity requirements. Additionally, they must ensure compliance with the required security measures and controlled unclassified information safeguards. Funding and Contract Details The contract is expected to be funded through the Department of the Navy's budget. The BAA remains open for a period of approximately one year, with periodic reviews of submissions. Key funding details include an estimated value of between $100,000 and $500,000 for individual awards. Submission Process Proposals must be submitted electronically, with a deadline of August 10, 2024, or until a successor BAA is issued. The Navy encourages offerors to carefully follow the specified format requirements, ensuring compliance with the detailed cost proposal guidelines and the provision of certified cost and pricing data. Evaluation Criteria Evaluation of proposals will consider three primary factors: technical merit, naval relevance, and availability of funds. The technical merit of proposals will be assessed based on the thoroughness and reasonableness of the approach, while cost-effectiveness and compliance with relevant regulations will also be taken into account. Contact Information For further clarification or inquiries, interested parties can contact the primary point of contact, David Shriner, at david.shriner@ssp.navy.mil or (202) 451-3262. A secondary point of contact is also provided: Alexandra Hiser at alexandra.hiser@ssp.navy.mil or (202) 451-3623. This summary provides an overview of the key aspects of the opportunity, combining information from the government listing and associated files. Let me know if you would like me to clarify any part of the summary or extract any additional details from the files.