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 sustainment and production hardware for the Ship Self-Defense System (SSDS). This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the maintenance of critical SSDS hardware, including Maintenance Assist Modules (MAMs), Arming Units, and Portable Maintenance Aid (PMA) Laptops. The SSDS program is vital for ensuring the operational readiness of U.S. Navy amphibious ships and aircraft carriers, with a focus on maintaining high standards of quality assurance and compliance with military protocols. Interested contractors must submit their responses by January 19, 2026, to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, with additional contacts including David Chamberlain and Kathleen Simonini for further inquiries.

    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
    Multi-Ship Sustainment Partnerships (MSSP)
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the establishment of Multi-Ship Sustainment Partnerships (MSSP) aimed at enhancing the maintenance and repair of DDG-51 Class ships in Norfolk, VA, and San Diego, CA. The MSSP initiative seeks to create long-term maintenance contracts by grouping the Navy's DDG-51 Class ships into clusters of 3 to 6 vessels, allowing industry partners to compete for continuous and short-term maintenance work, thereby improving fleet readiness and providing stability to the industrial base. Interested companies are required to submit a notice of interest by January 16, 2026, detailing their capabilities, past performance, and responses to specific inquiries regarding their business size and operational capacity. For further information, companies can contact CDR Luis Escobar at luis.c.escobar.mil@us.navy.mil or LT RaeChaun Edwards at raechaun.a.edwards.mil@us.navy.mil.
    99--COMPUTER SUB ASSY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a computer sub-assembly identified by NSN 1H-9999-LLTRL5269, with a quantity of one unit to be delivered to USS Michael Monsoor DDG 1001. The procurement is a total small business set-aside, and the government intends to negotiate with only one source due to the unavailability of data rights necessary for competitive procurement, making it uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability within 45 days of this notice, with proposals being considered for award if they meet qualification requirements. For further inquiries, interested vendors can contact Olivia Snyder at (717) 605-4614 or via email at OLIVIA.A.SNYDER.CIV@US.NAVY.MIL.
    N0002426R4405 USS DONALD COOK (DDG 75) Sources Sought
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought announcement for the FY27 Dry Docking Selected Restricted Availability (DSRA) of the USS DONALD COOK (DDG 75). The procurement aims to identify industry capabilities and interest in performing extensive maintenance and modernization work, including significant upgrades to various systems and structural repairs, scheduled from January 11, 2027, to April 15, 2028. This project is critical for maintaining the operational readiness of the vessel and involves approximately 70,000 man-days for maintenance and 15,000 for modernization, requiring contractors to have specific facilities and capabilities, including a dry dock suitable for a DDG51 Class Ship. Interested parties must submit their letters of interest by 4 PM Local Time on January 2, 2026, to the designated contacts, Brian Romano and Alicia Vesey, via the provided email addresses.
    USS JOHN P MURTHA (LPD 26) FY27 Docking Selected Restricted Availability
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting market research for the FY27 Docking Selected Restricted Availability (DSRA) of the USS JOHN P MURTHA (LPD 26), with a focus on identifying industry capabilities for maintenance and modernization work. The anticipated contract will involve approximately 158,000 man-days for maintenance and 26,000 for modernization, including significant repairs to the ship's hull structure, propulsion, and various systems, with a contract type expected to be firm-fixed price. This initiative is part of a pilot program aimed at enhancing planning and coordination between the Navy and contractors, with the RFP release anticipated in August 2026. Interested parties must submit their letters of interest by January 8, 2026, to the designated contacts, Brian Romano and James Thomas, via the provided email addresses.
    Unmanned Maritime Systems (UMS) Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is soliciting proposals for Unmanned Maritime Systems (UMS) support under the Seaport NxG Multiple Award Contract (MAC), designated as N6133126R3102. This opportunity is exclusively available to holders of the Seaport MAC and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The UMS support is critical for enhancing naval operations and capabilities, reflecting the increasing importance of unmanned systems in maritime environments. Interested parties must submit their responses via the PIEE Solicitation Module by January 16, 2026, at 4 PM CST. For further inquiries, contact Melissa Ryan at melissa.m.ryan12.civ@us.navy.mil or Matthew Hammond at matthew.a.hammond4.civ@us.navy.mil.
    PWB LIN SVO V AMPL
    Dept Of Defense
    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.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    PROJECT CM25274005
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for a fixed-price contract related to the procurement of NSN 2040015013323, which pertains to marine hardware and hull items. The contract will include a one-year base period with an option for an additional year, allowing for shipments to various military depot locations as needed, with no restrictions on technical data or manufacturing processes. This procurement is significant for maintaining military readiness and ensuring the availability of essential components, with proposals due following the solicitation release on January 7, 2026. Interested vendors should contact Mindy Cook at mindy.cook@dla.mil or 614-692-1798 for further details and must comply with export-control regulations and JCP certification requirements.
    61--POWER SUPPLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of power supplies under solicitation number NSN 6130015209673. The requirement includes the delivery of various quantities of power supplies to multiple naval vessels, including the USS Stockdale, USS Mustin, and USS Pinckney, with a delivery timeline of 60 days after order (ADO). These power supplies are critical components for military operations, ensuring reliable power distribution for naval equipment. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    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.