2025/2026 SEA LAUNCHED CRUISE MISSILE - NUCLEAR FACILITIES ACQUISITION & ENGINEERING (FA&E) SUPPORT SERVICES
ID: N0003022C6007Type: Combined Synopsis/Solicitation
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; ATOMIC ENERGY DEFENSE ACTIVITIES; R&D ADMINISTRATIVE EXPENSES (AC24)
Timeline
    Description

    The Department of Defense, through the Strategic Systems Programs (SSP), intends to negotiate a sole source contract with BAE Systems Technology Solutions & Services, Inc. for technical engineering and integrated facilities acquisition and engineering support services related to the Nuclear-armed Sea-Launched Cruise Missile (SLCM-N) Program. This procurement is critical for ensuring the effective development and maintenance of nuclear facilities, emphasizing the importance of specialized engineering services in national defense. The contract is expected to span a one-year base period with a one-year option, totaling 24 months, and is anticipated to be awarded in June 2025. Interested parties may contact Diana J Hutchinson at diana.hutchinson@ssp.navy.mil or (703) 268-8382 for further information, noting that responses to this notice will be considered within 15 days of publication.

    Files
    Title
    Posted
    The document outlines the requirements for the SLCM-N Facilities Acquisition and Engineering Support Services contract, specifically for Option Year 3 (FY25) and Option Year 4 (FY26). The Contractor is tasked with providing technical and engineering support for the Sea Launched Cruise Missile - Nuclear program from January 10, 2025, through September 30, 2026. Services will be provided across multiple locations, including key military bases and facilities within the U.S. and the UK. Key responsibilities include project planning, environmental compliance, technical reviews, and documentation related to Military Construction (MILCON) and special projects. The contractor must also conduct facility site investigations, maintain project-related documentation, ensure compliance with environmental regulations, and support various project management functions. Travel requirements are stipulated, indicating the need for frequent round trips from Washington D.C. to various project sites throughout the contract period. The contract emphasizes the importance of collaboration with multiple stakeholders and adherence to established engineering and safety standards, reflecting a commitment to effective program management and operational excellence in national defense infrastructure improvements.
    Similar Opportunities
    Special Notice For Space Systems Command Strategic Services Vehicle (SSSV) Program
    Dept Of Defense
    The Department of Defense, through the Space Systems Command (SSC), is preparing to establish multiple Blanket Purchase Agreements (BPAs) for the Strategic Services Vehicle (SSSV) program, focusing on various advisory and assistance support services. The procurement aims to secure commercial services in areas such as Acquisition Support, Engineering Support, Financial Management Support, and Security Support, with an emphasis on small business participation, including set-asides for Service-Disabled Veteran-Owned and Woman-Owned Small Businesses. The estimated release for the next Request for Quotes (RFQ) is projected for the first quarter of calendar year 2026, with 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.
    Long Range BAA for the Undersea Security Program
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs (SSP) of the Department of the Navy, is seeking proposals for Long-Range Science and Technology (S&T) projects to support the Undersea Security Program. This Broad Agency Announcement (BAA), numbered N00030-25-S-7002, invites research and development services focused on enhancing undersea and seabed warfare capabilities, as well as improving the survivability of submarines and unmanned undersea systems. The opportunity is open for one year and encourages submissions from all businesses, excluding certain government entities, with evaluations based on technical merit and relevance to Navy programs. Interested parties should contact David Shriner at david.shriner@ssp.navy.mil or (571) 481-1136 for further details, and must ensure they are registered in the System for Award Management (SAM) with a Unique Entity ID to participate in this competitive funding opportunity.
    MK 41 VLS Mechanical Design Agent
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA HQ), intends to issue a sole source contract to BAE Land & Armaments L.P. for Mechanical Design Agent services in support of the MK 41 Vertical Launching System. This contract action aims to extend the current requirements for an additional year, emphasizing the critical role of the MK 41 system in naval operations. The procurement is justified under FAR 6.302-1(a)(2)(ii), indicating that only one responsible source can fulfill the agency's needs. For further inquiries, interested parties may contact Matthew Hubbard at matthew.r.hubbard2.civ@us.navy.mil or David Chamberlain at david.s.chamberlain5.civ@us.navy.mil.
    FY23-FY27 MK 45 WATERFRONT SUPPORT
    Dept Of Defense
    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.
    MK 110 Mod 0 Gun Mount (GM) - FY26 Spares
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), intends to award a delivery order under a Basic Ordering Agreement (BOA) for the procurement of spare and component parts in support of the MK 110 MOD 0 Gun Mount (GM). This procurement is crucial as it ensures the operational readiness and maintenance of the MK 110 GM, which is vital for naval defense capabilities. The order will be awarded to BAE Systems Land and Armaments L.P., the only known source capable of meeting the government's requirements within the necessary timeframe, with no competitive proposals being solicited. Interested parties may submit capability statements to the primary contact, Lydia DiCola, at lydia.j.dicola.civ@us.navy.mil, or the secondary contact, Jennifer Escobar, at jennifer.m.escobar2.civ@us.navy.mil, by the closing time of this notice.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    Notice of Intent to Sole Source: Satellite Processing and Integration Facility Support Extension
    Dept Of Defense
    The Department of Defense, through the Space Development Agency (SDA), intends to issue modifications to a sole source contract with SpaceX for the continued support of a satellite processing and integration facility. This facility is designed to accommodate up to 21 satellites and associated hardware, facilitating essential post-transport functional testing, mechanical and electrical integration, and payload encapsulation. The modifications, valued at an estimated total of $29,200,000, will extend the contract period by one year and include an additional one-year option, with the first modification expected to be awarded in December 2025. Interested parties may direct inquiries to the SDA Special Notice Coordinator at ussf.pentagon.sda.mbx.sn-26-0002@mail.mil.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Dept Of Defense
    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.
    CDS Sustainment FY32-37
    Dept Of Defense
    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.
    OTH-WS Sources Sought for Production & Design Agent Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources capable of manufacturing the Over the Horizon – Weapons System (OTH-WS) and providing Design Agent support. This procurement aims to enhance the U.S. Navy's capabilities in long-range anti-ship warfare by supplying 516 Encanistered Missiles (EM) and associated systems, which are designed to operate effectively in hostile environments without requiring further guidance after launch. Interested parties are encouraged to submit their responses to the market survey questionnaire by December 31, 2025, to the designated contacts, including Brittany Burton at brittany.m.burton4.civ@us.navy.mil and Jamal Newman at jamal.e.newman.civ@us.navy.mil, as the government will not accept unsolicited proposals or reimburse any costs associated with the responses.