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
    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
    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.
    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.
    Similar Opportunities
    14--CLEARBORE,MSL ALIGN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide 20 units of the CLEARBORE, MSL ALIGN, as indicated in the presolicitation notice. The procurement involves the delivery of these guided missile launchers to two locations: the Strategic Weapons Facility Pacific in Silverdale, WA, and the Trident Refit Facility in Kings Bay, GA. This equipment is critical for maintaining the operational readiness of naval weapon systems. Interested vendors should contact Amanda R. Hayward at (717) 605-5834 or via email at AMANDA.R.HAYWARD.CIV@US.NAVY.MIL for further details regarding the submission process and requirements.
    AEGIS Fielding and Sustainment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking contractors to provide engineering support, software development, in-service maintenance, integration, logistics, and fielding support for the AEGIS combat system configurations that have already been delivered or are in the process of being delivered to the U.S. Navy fleet. This contract, titled "AEGIS Fielding and Sustainment," is critical for ensuring the operational readiness and effectiveness of the AEGIS fire control systems, which play a vital role in naval defense capabilities. Interested parties can reach out to primary contact Daniel Kittrell at daniel.m.kittrell.civ@us.navy.mil or by phone at 202-781-5405, or secondary contact Zachary Cooper at zachary.h.cooper2.civ@us.navy.mil or 202-781-0676 for further details regarding this opportunity.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    PERISCOPE SUBASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the Right Training Handle Stuffing Box Assembly, a critical component for shipboard systems. This contract emphasizes the need for high-quality materials and adherence to stringent inspection and certification requirements, as the use of defective materials could lead to severe operational failures and safety risks. The procurement is classified as a "DX" rated order, indicating its priority for national defense, and requires compliance with various quality assurance standards and documentation processes. Interested vendors should contact Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL for further details, with the expectation of delivery within 365 days post-contract award.
    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.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Dept Of Defense
    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.
    SOLE SOURCE – FDS TT&E UPGRADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    MK46 OSS / MK20 EOSS FY26 Spares
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), intends to award a delivery order under a Basic Ordering Agreement (BOA) to L3Harris for the procurement of spare and component parts in support of the MK20/46 EOSS OSS. This procurement is critical as L3Harris is the only known source capable of meeting the Government's requirements within the necessary timeframe, highlighting the specialized nature of the goods involved. Interested parties seeking subcontracting opportunities are encouraged to reach out directly to L3Harris, while responsible sources may submit capability statements by the closing time of this notice. For further inquiries, potential bidders can contact Lydia DiCola at lydia.j.dicola.civ@us.navy.mil or Jennifer Escobar at jennifer.m.escobar2.civ@us.navy.mil.
    FY25-FY27 FIRE CONTROL TECHNICAL AND ENGINEERING SERVICES IN SUPPORT OF THE NUCLEAR-ARMED, SEA-LAUNCHED CRUISE MISSILE (SLCM-N) PROGRAM
    Dept Of Defense
    The Department of Defense, through the Strategic Systems Programs (SSP), is planning to award a sole-source contract for Fire Control Technical and Engineering Services in support of the Nuclear-armed, Sea-Launched Cruise Missile (SLCM-N) Program for fiscal years 2025 to 2027. This procurement aims to secure specialized engineering services necessary for the development and maintenance of critical defense systems, emphasizing the importance of these services in ensuring national security. The primary work locations will be in Washington, DC, and Pittsfield, Massachusetts, with an estimated award date in December 2025 and a performance period of up to 36 months. Interested parties may contact Jessica Zhang at jessica.zhang@ssp.navy.mil or Brian Kimm at Brian.Kimm@ssp.navy.mil for further information, although this notice is not a request for competitive proposals.
    ADVANCED HARPOON WEAPONS CONTROL STATION (AHWCS) TECHNICAL MANUALS, DATA AND COMPUTER SOFTWARE
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a Firm Fixed Price Delivery Order to The Boeing Company for the provision of digital copies of existing Advanced Harpoon Weapons Control Station (AHWCS) Technical Manuals, technical data, cable drawing packages, and computer software, both classified and unclassified. This procurement is critical to support the United States Navy's operational capabilities, as Boeing is the sole designer and manufacturer of the Harpoon Weapon System, possessing the unique technical data and expertise required for this task. The contract award is anticipated in the first quarter of fiscal year 2026, and interested parties may contact Joanna Roland at joanna.m.roland.civ@us.navy.mil or Lindsey Boka at lindsey.a.boka.civ@us.navy.mil for further information, while subcontracting opportunities can be explored with Chasity Strickland at Chasity.L.Strickland@boeing.com.