NUCLEAR WEAPONS SECURITY, TRANSIT PROTECTION SYSTEM, ACQUISITION & ENGINEERING SUPPORT SERVICES
ID: N0003027R1015Type: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs, is conducting a Sources Sought Notice for Nuclear Weapons Security, Transit Protection System, Acquisition & Engineering Support Services. The objective is to identify capable firms that can provide comprehensive support in various areas, including Nuclear Weapons Surety, Transit Protection Program integration, and cybersecurity, as part of the TRIDENT II Fleet Ballistic Missile Program. This procurement is critical for ensuring the safety and security of nuclear weapons systems, with a contract type anticipated to be Cost Plus Fixed Fee, covering a base year from October 1, 2026, to September 30, 2027, and four additional option years. Interested firms must submit their White Paper Capability statements by October 17, 2025, to Felisha Morsell at felisha.morsell@ssp.navy.mil, demonstrating their qualifications and relevant experience.

    Files
    No associated files provided.
    Similar Opportunities
    TR-317 Series Hull Penetrator Assembly Production
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the production of TR-317 Series Hull Penetrator Assemblies, which are critical SUBSAFE Level 1 hardware components for the U.S. Navy. The procurement aims to establish a Multiple Award Indefinite Delivery Indefinite Quantity (MAC IDIQ) contract, with an anticipated performance start date of March 31, 2026, and a total ordering period extending up to 60 months post-award. These assemblies are essential for ensuring the safety and reliability of submarine components, adhering to stringent performance specifications and quality standards. Interested parties must submit their proposals electronically by November 21, 2025, and can direct inquiries to Hannah Sherron at hannah.r.sherron.civ@us.navy.mil or Andrew Nagelhout at andrew.c.nagelhout@navy.mil.
    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.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking qualified contractors for the procurement of the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This opportunity involves an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) aimed at supporting the design, development, fabrication, integration, and maintenance of various AN/SLQ-32(V) systems and subsystems, which are critical for early detection and protection against anti-ship missiles. The anticipated contract period spans approximately five years, with a potential five-year ordering period option, and interested parties are encouraged to contact Ryan Brophy or Peter Brown for further details and access to relevant documents. The solicitation notice number is N00024-25-R-5504, and interested firms must monitor SAM.gov for updates and submission requirements.
    Long Range BAA for the Undersea Security Program
    Buyer not available
    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.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Buyer not available
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    FY25-29 STRATEGIC TRENDS RESEARCH INITIATIVE BROAD AGENCY ANNOUNCEMENT
    Buyer not available
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is soliciting proposals for the FY25-29 Strategic Trends Research Initiative Broad Agency Announcement (BAA), aimed at addressing challenges related to weapons of mass destruction (WMD) and emerging threats over the next 5-10 years. This initiative seeks white papers that will support DTRA's mission to deter strategic attacks and enhance national defense capabilities, focusing on analytical studies and international dialogues to inform U.S. defense strategies. With a total funding allocation of approximately $35.88 million, the BAA encourages participation from various eligible entities, including universities and research institutions, with a white paper submission deadline of September 18, 2024. Interested parties can contact Ohaji K. Yarborough at ohaji.k.yarborough.ctr@mail.mil or Christina Clark at christina.clark3.civ@mail.mil for further information.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    1377 - 1377004091099, MD16; 1377014411650, SS17
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure explosives-related supplies under the presolicitation notice for NSN: 1377004091099, MD16; 1377014411650, SS17. The procurement involves a quantity of 6 and 50 units, respectively, with specific delivery terms including FOB Destination for certain items and FOB Origin for deliverables, alongside a requirement for a pre-award safety survey due to the nature of the explosives involved. This acquisition is critical for maintaining operational readiness and safety standards, as it includes explosive ordnance items that necessitate adherence to special security, safety, and transportation regulations. Interested parties are encouraged to submit capability statements to the primary contact, Taytiana Quiero, at taytiana.e.quiero.civ@us.navy.mil, within 15 days of this notice, as the solicitation will be available no earlier than the response date for this synopsis.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES, under a total small business set-aside. This contract involves the manufacturing and delivery of specialized cable assemblies, which are critical components for advanced torpedo systems used by the Navy. The procurement includes specific requirements for testing, quality assurance, and compliance with established military standards, with a focus on ensuring product conformance and timely delivery. Interested vendors should contact McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil, with proposals due by November 26, 2025, following the amendments to the solicitation.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.