SSBN Lead Foam Replacement and Test Descriptors
ID: N0003025G1038P262Type: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines two Contract Line Item Numbers (CLINs) for government contracts focused on the refurbishment and testing of submarine systems. CLIN 0001 specifies the procurement, refurbishment, and installation of foam replacement kits for various US and UK Submersible Launch Ballistic Nuclear (SSBN) vessels and Shoresite equipment. Contractors are required to provide specific kits, support installation, and update the Year-to-Year Foam Replacement Plan. CLIN 0002 details a contract obligation for analyzing the Fire Control System, emphasizing the completion of Fire Control Test Descriptions and Fault Code Decoders over a 12-month period. Deliverables include revised Plans of Action & Milestones (POA&M), detailed reports on test descriptions, fault codes, and a compilation of efforts and costs. The summary reflects the government's commitment to maintaining and enhancing the operational effectiveness of SSBN systems through structured analysis and systematic upgrades, demonstrating adherence to established protocols and safety measures that are vital when managing military assets.
    The document is a SOURCES SOUGHT NOTICE issued by the Strategic Systems Programs (SSP) aimed at identifying firms capable of conducting maintenance and installation related to lead foam replacement for SSBNs. It seeks insights into industry interest and capabilities but is not an actual solicitation for proposals. The SSP is specifically looking for contractors able to manage the replacement of lead septum foam in various submarine subsystems, adhering to strict technical and regulatory standards. Key requirements outlined include familiarity with the U.S. Navy’s SSBN systems, a solid background in strategic weapons, and the ability to procure components from qualified vendors. The submission of a White Paper capability statement is required from interested firms to demonstrate their qualifications, relevant experience, and staffing capabilities. Special consideration is given to small business concerns, encouraging partnerships that can jointly address the requirements. The capabilities statements must be submitted by 03 April 2025 for the Government’s evaluation, which will focus on several criteria including management ability and technical qualifications. This initiative underscores the government’s commitment to leveraging industry expertise for the maintenance of critical defense systems while supporting small business opportunities within the defense acquisition framework.
    Lifecycle
    Similar Opportunities
    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.
    42--PROPORTIONER,FOAM L
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of the Proportioner, Foam L, under solicitation number 4210015876480. This procurement is critical for fire, rescue, and safety operations, as the Proportioner is essential for effective foam application in emergency situations. The solicitation is set aside for small businesses, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be provided. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with quotes due within 167 days after the award date.
    Foam Cushioning Material
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Distribution, is seeking quotes for foam cushioning material to be delivered to DLA Distribution Red River in Texas. This procurement is a 100% Small Business Set-Aside and requires a Firm Fixed Price Purchase Order, with delivery expected within 30 days after receipt of order (ARO). The foam packaging material is essential for ensuring the safe transport and storage of military supplies, and vendors must comply with specific packaging, marking, and unique item identification standards. Interested parties should submit their quotes electronically by December 19, 2025, at 12:00 PM EST to Tom Semones at thomas.semones@dla.mil, and must be registered in the System for Award Management (SAM) and utilize Wide Area WorkFlow (WAWF) for invoicing.
    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.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.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.
    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.
    Low Temperature Insulation
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is issuing a presolicitation notice for a sole-source contract focused on the research and development of advanced solid rocket motor internal insulation materials designed for extreme low-temperature operational requirements. The project entails laboratory-scale formulation, prototype production, and material characterization, with deliverables including test data, prototype-scale material lots, and supporting documentation. R.E. Darling Co., Inc. (REDAR) is identified as the only responsible source capable of fulfilling the requirements due to its proprietary formulations and specialized infrastructure. Interested parties may submit capability statements demonstrating their qualifications by the deadline of 15 days after posting, with submissions directed to Erin Villar at erin.m.villar.civ@us.navy.mil or Brian Gillead at larry.b.gillead.civ@us.navy.mil.
    M819 Foam Cushioning
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is preparing to solicit bids for the procurement of Foam Cushions (P/N: 9362799-5) to support the M819 Program at Pine Bluff Arsenal in Arkansas. The requirement includes the purchase of 22,000 cushions in accordance with drawing 9362799, and the solicitation will be conducted under FAR part 12 for the acquisition of commercial products and services, as well as FAR part 13 for simplified acquisition procedures. This procurement is significant as it is a 100% Small Business Set Aside under NAICS code 326150, which pertains to Urethane and Other Foam Product Manufacturing. Interested parties should note that the solicitation is expected to be posted around December 18, 2025, and may direct inquiries to MichelleAnn Hulett at michelleann.g.hulett.civ@army.mil.
    59--BI LW ECD FRT PANEL- AND SIMILAR REPLACEMENT PARTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the manufacture of 16 each of BI UP ECD FRT Panels and 16 each of BI LW ECD FRT Panels, as outlined in solicitation number N00104-26-R-BF24. These components, identified by NSN 7H-5999-017274560-X3 and NSN 7HH 5999 017274557 X3, are critical for various military applications and must be delivered to designated DLA distribution centers in Pennsylvania and California within 300 days of contract award. Interested suppliers are required to submit their proposals in accordance with the solicitation requirements, and must contact Andrew C. Lyter at andrew.c.lyter.civ@us.navy.mil or by phone at (564) 230-2573 for further details and to obtain the necessary technical documents. Proposals must be submitted within 45 days of the notice publication, with the understanding that the government may choose to negotiate with only one source under FAR 6.302.