2025 US and UK Weapon Control Systems Spares and Special Support Equipment
ID: N0003025G1038P261Type: Special Notice
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

MISCELLANEOUS FIRE CONTROL EQUIPMENT (1290)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 9:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 5:05 PM UTC
The document outlines the Statement of Work for two related contracts concerning the supply of spare parts and special support equipment for U.S. and UK Weapon Control Systems, specifically for Fire Control Systems (FCS) and Auxiliary Systems (AS). CLIN 0001 pertains to the U.S. weapon systems, while CLIN 0002 addresses the UK systems. Both contracts require the contractor to deliver specified spare parts, including for the Strategic Weapons System Maintenance Information Network (SWSMIN) and the Electronic Work Log (EWL), adhering to the T9001C checklist for operational support as stipulated in the Basic Ordering Agreement. The primary purpose of the document is to detail the requirements and deliverables for contractors involved in maintaining and supporting vital weapon control systems for both the U.S. and UK military, ensuring operational reliability and compliance with established standards. This aligns with broader government initiatives to secure and advance military capabilities through systematic maintenance and support of critical systems. Overall, the document serves as a formal instruction for procurement processes related to defense systems, emphasizing precision in parts delivery and adherence to standardized protocols.
Mar 27, 2025, 5:05 PM UTC
The document is a Sources Sought Notice (SSN) issued by the Strategic Systems Programs (SSP) for market research regarding the procurement of U.S. and UK Weapon Control System spare parts and special support equipment. It aims to identify capable firms that can fulfill the technical requirements outlined, specifically for the Fire Control System Auxiliary System and associated equipment. Interested firms must submit detailed White Paper capability statements, showcasing their qualifications and relevant experience in similar efforts. The SSN emphasizes small business opportunities, encouraging participation from various designated small business categories. Minimum qualifications include familiarity with the Strategic Weapons System, relevant operational directives, and experience in managing qualified vendors and testing systems. Responses are due by April 3, 2025, and must adhere to strict formatting guidelines. The SSN serves as a market research tool, clarifying that no contracts will be awarded based solely on this notice, thus aligning with federal acquisition regulations.
Lifecycle
Title
Type
Similar Opportunities
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.
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.
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.
MK84-4 Bomb Bodies
Buyer not available
The Department of Defense, through the Naval Air Warfare Center (NAWCWD), intends to procure MK84 Mod 4 bomb bodies on a sole source basis from General Dynamics Ordnance and Tactical Systems. This procurement aims to support the production of live BLU-117 units for the QuickStrike – Extended Range (QS-ER) program, with an estimated quantity of 530 bomb bodies to be fabricated from carbon steel using various manufacturing processes over a five-year period. Contractors interested in this opportunity must be certified through Defense Logistics Information Services (DLIS) to access Controlled Unclassified Information (CUI) and are encouraged to submit a capability statement to the Contracting Office by the specified deadline. For further inquiries, interested parties can contact Sonia Santana at sonia.santana.civ@us.navy.mil or John Faria at john.j.faria2.civ@us.navy.mil.
ENTRANCE UNIT, GUN SYSTEM
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of 70 units of the Entrance Unit, Gun System, identified by NSN 1005-010502736. The required units are to be sourced from either General Dynamics OTS, Inc. or Lockheed Martin Corporation, with a delivery timeline of 748 days to the DLA Distribution San Joaquin. This procurement is critical for maintaining military readiness and operational capabilities, and proposals will be evaluated based on price, past performance, and delivery timelines. Interested suppliers should submit their proposals via the DIBBS platform or email Danielle Jilton at danielle.jilton@dla.mil, ensuring that submissions do not exceed 15 MB per email, with the solicitation expected to be available online starting April 28, 2025.
FMS REPAIR - GEARBOX,ACCESSORY D
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the Gearbox, Accessory D, specifically NSN: 2840-011520853, from Triumph Gear Systems. The procurement involves the repair of two units, with Triumph Gear Systems being the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, as the government does not possess the data or rights to procure from alternative sources. This procurement is critical for maintaining operational readiness and is not set aside for small businesses; interested parties may submit capability statements to the primary contact, Elise Anzini, at elise.anzini@navy.mil, with a proposal deadline of 45 days from the notice, and an anticipated award date in August 2025.
MK38 MOD4 Spares (MSI)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division, is seeking to issue a Firm Fixed Price (FFP) Order for the procurement of MK38 MOD4 Spares from MSI-Defence Systems US LLC. The contractor will be responsible for providing all necessary materials and services to manufacture, assemble, inspect, preserve, package, and ship the deliverables as outlined in the Statement of Work. This procurement is critical as it involves specialized supplies related to small arms and ordnance manufacturing, and MSI-DS is the only known company capable of fulfilling these requirements within the specified timeframe. Interested parties can direct inquiries to Katy Gates at katy.m.gates.civ@us.navy.mil, with the contract action being conducted on a sole source basis under FAR 6.302.
Harpoon/SLAM-ER Spares
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a Firm Fixed Price modification for the procurement of spare parts for the Harpoon Missile System, with the contract expected to be awarded to The Boeing Company. This procurement is critical as Boeing is the sole designer and manufacturer of the Harpoon Weapon System, possessing the unique technical data and expertise necessary to fulfill the government's requirements. The anticipated award is scheduled for the third quarter of fiscal year 2025, and interested small businesses may explore subcontracting opportunities by contacting Boeing's Chasity Strickland, while capability statements should also be sent to NAVAIR's Joanna Roland at joanna.m.roland.civ@us.navy.mil.
FMS REPAIR - FPMU STEPUP GEARBOX
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the FPMU Stepup Gearbox, specifically NSN: 1680-015612347, from Triumph Gear Systems. This procurement is critical as Triumph Gear Systems is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support for this component, which is vital for aircraft operations. The government anticipates awarding the contract in August 2025, and interested parties may submit their capabilities and qualifications to Elise Anzini at elise.anzini@navy.mil within 45 days of this notice, although this is not a request for competitive proposals.
14--DETENT ASSEMBLY,GUI
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 163 units of the Detent Assembly, GUI, identified by NSN 1R-1440-015001270-QF. This procurement is critical for the supply of guided missile launchers, and the contract will be negotiated with a single source under FAR 6.302-1, indicating a specialized requirement. Interested parties are encouraged to submit their interest and capability statements within 45 days of this presolicitation notice, with the understanding that the government may not compete this contract based on the responses received. For further inquiries, potential bidders can contact Jeremy P. Barney at (215) 697-1234 or via email at JEREMY.P.BARNEY.CIV@US.NAVY.MIL.