Ship Self-Defense System (SSDS) Sustainment / Production Hardware
ID: N00024-26-R-5200Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSEA HQWASHINGTON NAVY YARD, DC, 20376-5000, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

FIRE CONTROL COMPUTING SIGHTS AND DEVICES (1220)
Timeline
    Description

    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.

    Point(s) of Contact
    Frederick Mitchell, Contract Specialist
    frederick.m.mitchell.civ@us.navy.mil
    Files
    Title
    Posted
    This document outlines various supplies and services, primarily under Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) contracts, for government procurement. It details ten Clin Numbers (Contract Line Item Numbers), covering a range of items from engineering services, provisioned items, and materials to spares, facilities, warehousing, and hardware production. Specific services include sustainment, design, redesign, and modifications for engineering, as well as depot repair for facilities. Hardware production is specified for MAMs, PMA Laptops, and Arming Units, with some items noting "step-ladder pricing." Additionally, the document includes categories for Other Direct Costs (ODCs)/Travel and Data Rights, with the latter being Not Separately Priced (NSP). Each item lists a quantity, unit, unit price, amount, estimated cost, and fixed fee, all initially set at $0.00, indicating a placeholder or an as-needed basis for these procurements.
    This government Statement of Work (SOW) outlines the requirements for a contractor to provide solutions for Diminishing Manufacturing Sources and Material Shortages (DMSMS) and obsolescence issues for the Ship Self Defense System (SSDS) across various naval ship classes. The contractor will also be responsible for warehousing, repair, and production of SSDS hardware, including principal components and assemblies. Key responsibilities include engineering analysis, procurement of test units, configuration management of technical data packages, and maintaining a secure, climate-controlled warehouse of at least 30,000 square feet. The SOW emphasizes strict adherence to quality assurance, counterfeit prevention, risk management, and security protocols, with a strong focus on timely reporting and compliance with military and DoD standards. The contract also requires the contractor to establish a Program Management Office, participate in various review meetings, and develop comprehensive plans for manufacturing, testing, and end-of-contract transition.
    Lifecycle
    Title
    Type
    Similar Opportunities
    59--SSDC TO EMI BUS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the SSDC to EMI Bus, categorized under the NAICS code 332710 (Machine Shops) and PSC code 5975 (Electrical Hardware and Supplies). The contract will require the manufacture and design of the SSDC to EMI Bus, adhering to specific technical requirements and documentation as outlined in the solicitation. This procurement is critical for maintaining operational capabilities within the Navy's supply chain, ensuring the availability of essential electrical hardware. Interested vendors must submit their proposals, including all required documentation, to the primary contact, Andrew Lyter, at ANDREW.C.LYTER.CIV@US.NAVY.MIL, by the specified closing date, with further details available through the provided e-commerce platform.
    USS WICHITA (LCS 13) FY26 DSRA AND USS THOMAS HUDNER (DDG 116) FY26 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the execution of Docking Selected Restricted Availability (DSRA) for the USS WICHITA (LCS 13) and USS THOMAS HUDNER (DDG 116). This procurement requires a contractor with substantial facilities and human resources capable of performing maintenance, modernization, and repair on these naval vessels, with the contracts expected to be awarded as two separate Firm-Fixed-Price agreements. The solicitation is open to qualified offerors on the East Coast, with a focus on ensuring adequate competition, and interested parties must monitor the PIEE/SAM.gov page for updates and amendments. Proposals are due by December 5, 2025, and inquiries can be directed to Contract Specialist Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil or Contracting Officer Paul Kang at paul.k.kang.civ@us.navy.mil.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    58--SIGNAL DATA PROCESS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanic, is preparing to issue a presolicitation for the repair and modification of signal data processing equipment, identified by NSN 7H-5895-016296069, with an initial quantity of 35 units and an anticipated option quantity of 14. The procurement is critical as the government does not possess the necessary data or rights to source repairs from alternative vendors, making it uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability to meet the government's requirements for commercial items within 15 days of this notice, and for further inquiries, they may contact Amber Wale at (717) 605-2541 or via email at AMBER.L.WALE.CIV@US.NAVY.MIL.
    PWB LIN SVO V AMPL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the procurement of PWB LIN SVO V AMPL, a component critical for marine applications. The contract requires the manufacture and delivery of this item, adhering to strict quality and inspection standards, with a desired delivery timeline of 260 days from the contract award. This procurement is vital for maintaining operational readiness within the Navy's fleet, emphasizing the importance of quality assurance and compliance with military specifications. Interested vendors should submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    USS ST LOUIS (LCS 19) FY27 DSRA
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking expressions of interest from qualified contractors for the FY27 Docking Selected Restricted Availability (DSRA) of the USS ST LOUIS (LCS 19). The procurement aims to identify industry capabilities for performing essential maintenance, repair, and alterations on the vessel, with a focus on small business participation. The anticipated contract will involve a range of services, including underwater hull preservation, structural welding, and multiple ship alterations, with performance expected between December 7, 2026, and August 27, 2027. Interested parties must submit their letters of interest by December 6, 2025, to Meghan Walsh at meghan.k.walsh4.civ@us.navy.mil, and the anticipated Request for Proposal (RFP) release date is set for January 2026.
    7025016289010
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is preparing to issue an unrestricted Request for Proposal (RFP) for the acquisition of a Disk Drive Subassembly (DDS) for NSN 7025-01-628-9010 under PR number 7010341947. This procurement is crucial for maintaining operational capabilities, as the Disk Drive Subassembly is a key component in various defense systems. The RFP is expected to be posted on the DLA Internet Bid Board System (DIBBS) no sooner than December 10, 2025, with a fixed-price contract anticipated to be awarded by June 5, 2026. Interested parties should prepare to submit proposals that adhere to the Lowest Price Technically Acceptable evaluation criteria and may contact LaTonya Fitzwilliam at 215-737-4153 or via email at LaTonya.Fitzwilliam@dla.mil for further information.
    59--ELECTRONIC COMPONEN - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure electronic components and other replacement parts for repair and modification purposes. The requirement includes a quantity of 71 units of NSN 7G-5998-016184236, with delivery to DLA Distribution in New Cumberland, PA. These components are critical for maintaining operational readiness and supporting various naval systems. Interested vendors, particularly small businesses, are encouraged to express their interest and capability to fulfill this requirement within 45 days of this notice, and can contact Jamie Kershaw at (717) 605-3233 or via email at JAMIE.KERSHAW@NAVY.MIL for further details.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    70--DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.