FY26 FIRE CONTROL STRATEGIC SYSTEMS PROGRAMS (SSP) ADVANCED SYSTEM DEVELOPMENT AND PRODUCTION
ID: N0003026C1005PxxTBD1Type: Sources Sought
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

FIRE CONTROL COMPUTING SIGHTS AND DEVICES (1220)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Strategic Systems Programs (SSP), is conducting market research for the FY26 Fire Control Strategic Systems Programs (SSP) Advanced System Development and Production. This opportunity seeks firms capable of providing specialized tactical engineering, logistics, and alteration services for the Strategic Weapon System (SWS) and Fire Control Sub-System (FCS), including development, production, maintenance, and modernization efforts. The contract will focus on the advanced development and production phases of fire control systems for U.S. and U.K. strategic submarines, ensuring the continued advancement and security of these critical systems. Interested firms must submit White Paper capability statements by January 11, 2026, demonstrating relevant experience and qualifications, with a projected contract period from September 2026 to September 2028. For further inquiries, contact Angela C. Frye at angela.frye@ssp.navy.mil or Laura Nesbitt at laura.nesbitt@ssp.navy.mil.

    Files
    Title
    Posted
    The document outlines various contract line items (CLINs) for the acceleration, advanced development, engineering, and production phases of the Strategic Weapons System (SWS) Program of Record (POR), specifically focusing on the Advanced Fire Control Sub-system (FCS) and related shipboard systems. Key activities include design and development efforts, prototyping, trade studies, analysis, and continuous development backlog grooming. The CLINs also cover the production and delivery of equipment for the Guidance Test Building, Land-Based & Targeting Engineering Test System, and components for the COLUMBIA and Dreadnought Class submarines, as well as supply system spares and shipyard replacement components. Additionally, the document addresses emergent software development, land-based training upgrade kit production and installation, system concept and design planning, and program protection and enhancement planning. The overarching theme is the modernization and replacement of fire control systems for both US and UK strategic submarines, ensuring continued advancement and security of the program.
    The Strategic Systems Programs (SSP) is conducting market research through a Sources Sought Notice (SSN) for FY26 Fire Control Strategic Systems Programs (SSP) Advanced System Development and Production. The purpose is to identify firms capable of providing specialized tactical engineering, logistics, and Fire Control Strategic Systems Programs Alteration (SPALT) services for the Strategic Weapon System (SWS) and Fire Control Sub-System (FCS). This includes development, production, maintenance, modernization, concept exploration for future requirements, software/hardware revisions, and support services. The anticipated contract type will include Cost Plus Incentive Fee and Cost Plus Fixed Fee, with a Period of Performance from September 2026 to September 2028. Interested firms must submit White Paper capability statements by January 11, 2026, demonstrating specific qualifications, recent experience (within 5 years, with annual incurred costs of approximately $114.5M over at least 2 years), and the ability to meet personnel requirements (over 90 FTEs) in Pittsfield, MA, and Cape Canaveral, FL. The facility must hold a TOP SECRET clearance and a computing facility cleared to process SECRET data. This SSN is for market research only and does not constitute a solicitation for proposals.
    Similar Opportunities
    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.
    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 sustainment and production hardware for the Ship Self-Defense System (SSDS). This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the maintenance of critical SSDS hardware, including Maintenance Assist Modules (MAMs), Arming Units, and Portable Maintenance Aid (PMA) Laptops. The SSDS program is vital for ensuring the operational readiness of U.S. Navy amphibious ships and aircraft carriers, with a focus on maintaining high standards of quality assurance and compliance with military protocols. Interested contractors must submit their responses by January 19, 2026, to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, with additional contacts including David Chamberlain and Kathleen Simonini for further inquiries.
    OTH-WS Sources Sought for Production & Design Agent Support
    Dept Of Defense
    The Department of Defense, through 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 Long-Range Anti-Ship and Over-the-Horizon Offensive Anti-Surface Warfare capabilities, which are critical for engaging surface threats in hostile environments using advanced missile technology. Interested parties are invited to submit their qualifications and capabilities by January 9, 2026, to the designated contacts, including Brittany Burton at brittany.m.burton4.civ@us.navy.mil, as the government will not accept unsolicited proposals or reimburse any costs associated with the responses.
    SEWIP AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is preparing to issue a competitive solicitation for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V) Full Rate Production, Design Agent Engineering, and Integration. This procurement aims to support the design, development, fabrication, integration, and maintenance of the AN/SLQ-32(V) systems and subsystems, which are critical for early detection, signal analysis, and protection against anti-ship missiles. The anticipated contract will be structured as an Indefinite Delivery Indefinite Quantity-Multiple Award Contract (IDIQ-MAC) with a base period of approximately five years, potentially extending for an additional five years. Interested parties should monitor SAM.gov for the release of the Request for Proposal (RFP) expected in January 2026 and may contact Ryan Brophy or Peter Brown for further inquiries regarding the pre-solicitation artifacts and requirements.
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback for this radar equipment initiative. The procurement seeks engineering services related to the production of the AN/SPY-6(V) radar system, which plays a critical role in enhancing naval capabilities and defense systems. An Industry Day is scheduled for 15 December 2025, where interested parties can provide feedback on the draft solicitation documents, with a deadline for comments set for 19 January 2026. Companies wishing to attend must notify the primary contacts, Alexander Gosnell and Spencer Bryant, by email, and are limited to three in-person attendees. For further inquiries, contact details are provided: Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil, 202-781-2446) and Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil, 202-781-4113).
    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.
    Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS)
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is seeking contractors to provide maintenance services and material support for the Fielded Training Systems Support V (FTSS V) Submarine Contractor Maintenance Services (SubCMS). This procurement aims to ensure that various submarine training systems and associated equipment remain in a 'ready-for-training' state across six locations, including Groton, CT, and Norfolk, VA, among others. The contract will span 60 months, starting with a two-month mobilization period, followed by a ten-month base year and four optional twelve-month periods, with contractor performance expected to commence on June 1, 2026. Interested parties should note the anticipated RFP release date of November 14, 2025, and contact Valentina Walsh at valentina.p.walsh.civ@us.navy.mil or Dean Deford at dean.p.deford.civ@us.navy.mil for further inquiries.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    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.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    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.