NAVY Trident II D5 Rocket Motor Storage
ID: N0003027R2027Type: Sources Sought
Overview

Buyer

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

NAICS

Other Warehousing and Storage (493190)

PSC

OPERATION OF MISSILE SYSTEM FACILITIES (M1BF)
Timeline
    Description

    The Department of Defense, through the Strategic Systems Programs (SSP), is conducting market research to identify firms capable of providing receipt, handling, and storage services for Trident II D5 large rocket motors at Camp Navajo in Bellemont, Arizona. The procurement aims to establish a Cost Plus Fixed Fee contract with a base year starting in FY27 and four additional option periods, focusing on the safe and secure operation of specialized storage facilities and compliance with various safety and treaty requirements. Interested firms, particularly small businesses, are encouraged to submit detailed white paper capability statements by December 12, 2025, demonstrating their qualifications, relevant experience, and facility clearances (SECRET or higher) to Amanda Beall at amanda.beall@ssp.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    Strategic Systems Programs (SSP) is conducting market research through a Sources Sought Notice (SSN) to identify firms capable of handling, storing, and supporting Trident II D5 large rocket motors at Camp Navajo, Bellemont, AZ. This is not a solicitation for proposals, but an effort to assess industry interest and capabilities for a potential Cost Plus Fixed Fee contract with a base year (FY27) and four option periods. SSP requires detailed white paper capability statements by December 12, 2025, from firms demonstrating specific qualifications in rocket motor logistics, facility operation, and classified material storage. Small businesses are encouraged to respond, including those intending to partner. Responses must detail relevant experience, personnel, contract values, and facility clearances (SECRET or higher), strictly adhering to formatting and page limits. The government will assess submissions based on demonstrated qualifications and experience to determine potential sources for this highly technical mission.
    This document outlines the requirements for motor storage and support services, likely part of a federal government Request for Proposal (RFP). Key responsibilities include the safe and secure operation of 52 Igloos for D5 rocket motor and SP enterprise storage, handling the receipt and transfer of D5 rocket motors, and reversing these processes for shipment. The contractor must also operate a 120,000 sq. ft. storage warehouse for inert hardware and support equipment, and five specialized magazines for classified materials, including Nuclear Weapons Related Material (NWRM). Compliance with treaty inspection requirements, support for joint efforts with the Utah Test and Training Range, and maintenance of an explosive handling qualification/certification program are mandatory. The document specifies adherence to various DFARS clauses and Navy safety policies. Additionally, the contractor is responsible for delivering several Contract Data Requirements Lists (CDRLs), including cost expenditures, financial management reports, property inventory, and quarterly activity status reports. Camp Navajo will provide storage for SSP long-term items, with specific considerations for shipments.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    W15QKN-25-X-1AXG- Storage, Handling, and Transportation for 155mm Artillery Components
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is conducting a market survey to identify qualified sources for the storage, handling, and transportation of 155mm artillery components. This procurement aims to support the Modular Artillery Charge System (MACS) program and future artillery propulsion modernization efforts, with services required primarily in Arizona, particularly at Camp Navajo. Interested parties must provide detailed information regarding their storage facilities, personnel qualifications, and safety plans, with submissions due within 15 calendar days from the notice posting. For inquiries, contact Yery J. Ysabel at yery.j.ysabel.civ@army.mil or Aja M. Barnett at aja.m.barnett2.civ@mail.mil; telephone inquiries will not be accepted.
    Fourth Gen Rocket Motor Semitrailer (RMS4)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Fourth Gen Rocket Motor Semitrailer (RMS4) program, aimed at developing a replacement for existing rocket motor transportation systems. The procurement is focused on addressing parts obsolescence and ensuring the continued support of the Minuteman III Intercontinental Ballistic Missile system, which requires a new design and Technical Data Package to enhance the fleet's operational capabilities. Interested parties are encouraged to participate in an Industry Day at Hill Air Force Base on December 17, 2025, and must submit visitor information by December 10, 2025, to gain access. Responses to the Sources Sought notice should be directed to Torrey Boggs and Kyle Andersen via email, with a white-paper capability statement due by the specified deadlines.
    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.
    Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Propulsion System Rocket Engine (PSRE) Transport Trailer 2 (PTT2) as part of a market research initiative. The objective is to evaluate the availability and manufacturability of a replacement that meets specific form, fit, and function requirements, as outlined in the attached documentation. The PTT2 is crucial for the transportation and protection of PSREs, ensuring they remain within operational specifications during transit, particularly for the Minuteman III Intercontinental Ballistic Missile system. Interested parties must submit a capability statement by December 9, 2025, and can direct inquiries to Torrey Boggs or Kyle Andersen via the provided email addresses.
    AMARG Large Component Blast Booth
    Buyer not available
    The Department of Defense, specifically the Aerospace Maintenance and Regeneration Group (AMARG) at Davis-Monthan Air Force Base in Arizona, is seeking information from qualified vendors regarding the procurement of a Large Component Blast Booth. This procurement aims to acquire a turnkey abrasive media bead blast booth system designed for Aerospace Ground Equipment (AGE), which will be integrated into a new, expandable Pre-Engineered Metal Building (PEMB) at the base. The project emphasizes the use of Commercial Off-The-Shelf (COTS) items and compliance with federal, state, and local regulations, including stringent cybersecurity and safety standards. Interested firms, particularly small businesses across various socioeconomic categories, are encouraged to respond with their capabilities and relevant experience by December 13, 2025. For inquiries, contact Mr. Randall Egbert at randall.egbert@us.af.mil or by phone at 801-777-0142.
    MK70 Booster Ballast Kits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the fabrication, acceptance inspection, and delivery of MK 70 Booster Ballast Hardware Kits. This procurement is part of an ongoing requirement, with the anticipated contract being a Firm Fixed Price (FFP) type, scheduled for a performance period from June 30, 2026, to June 30, 2031. The MK 70 Booster Ballast Kits are critical components used in military applications, and the Government intends to gather market information to inform future solicitation processes. Interested vendors must submit their capabilities and company information to Diane Hicks at diane.d.hicks.civ@us.navy.mil by December 8, 2025, to be considered for this opportunity.
    Request for Information (RFI) to Support Enterprise Payload Processing Management Facility Support
    Buyer not available
    The Department of Defense, specifically the United States Space Force (USSF), is seeking industry feedback through a Request for Information (RFI) regarding commercial Payload Processing Facility (PPF) support services as part of its Enterprise Payload Processing Management (EPPM) initiative. The objective of this RFI is to gather insights on current and projected PPF capabilities, services, and limitations to optimize the management and procurement of these services for USSF Space Vehicle (SV) processing, which is currently fragmented across individual program offices. This effort is crucial for enhancing the efficiency of payload processing and improving scheduling across various missions, including National Security Space, civil, and commercial operations. Interested parties should submit their responses by December 12, 2025, and can direct inquiries to Isabel Shvartsman at isabel.shvartsman@spaceforce.mil or Irma Seferi at irma.seferi@spaceforce.mil.
    Government Owned Contractor Operated AIRCRAFT/GROUND FUEL SERVICES - SOUTHWEST REGION AF CONUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified small businesses to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Cannon AFB, NM, Davis Monthan AFB, NM, Holloman AFB, AZ, and Luke AFB, AZ. The procurement aims to identify firms capable of operating and maintaining these fuel facilities, which includes responsibilities such as receiving, storing, issuing, and accounting for petroleum products, as well as maintaining the associated infrastructure. This opportunity is significant for ensuring the efficient management of fuel resources critical to military operations. Interested parties must submit their responses by 3:00 PM EST on December 9, 2025, via email to Rochelle Adams and Gordon Braxton, with a focus on demonstrating their capabilities and past performance in similar contracts.