Search Contract Opportunities

2027 Strategic Systems Programs Test Measurement and Diagnostic Equipment Life Cycle Support Services

ID: N0003026R3041 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

1.0 Product Service Code (PSC)

L Technical representative services (L099)

2.0 North American Industry Classification System (NAICS) Code

The applicable North American Industry Classification System (NAICS) code is 541330 Engineering Services.

3.0 Contracting Office Address

Strategic Systems Programs (SSP)

1250 10th Street, Suite 4600

Washington DC 20374

4.0 Synopsis

This is a SOURCES SOUGHT NOTICE (SSN) announcement. SSNs are issued to assist the Agency in performing market research to determine industry interest and capability. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Therefore, no proposals are being requested or accepted in response to this SSN.

5.0 Purpose

In accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10, SSP is conducting market research to determine if sources are capable of successfully performing the requirements identified in this SSN. Specifically, SSP is seeking capable firms to perform Test Measurement and Diagnostic Equipment Life Cycle Support services as identified in the enclosure (1) SSN Statement of Work (SOW) cited in paragraph 8.0 below.

The contract type will include Fixed Price, Term Contract Line Item Numbers (CLINs). The Period of Performance (POP) will include a base year FY26 effort from 1 October 2026 30 September 2027, and four (4) corresponding one-year option periods.

NOTE: Given the highly technical nature of SSP's mission set as a major weapons systems command and corresponding technical requirements, respondents must provide recent and relevant past performance data (as detailed below) to demonstrate and substantiate the respondents ability to successfully execute requirements detailed in this SSN.

6.0 White Paper Capability Statement Credentials

SSP is seeking detailed, complete, and thorough White Paper capability statements from interested firms who can demonstrate and document, with evidentiary support, that they 1) possess the minimum qualifications and experience identified in paragraph 7.0 which are critical to the successful execution of the requirements, and 2) demonstrate recent and relevant experience, as the Prime contractor (or subcontractor) performing the same/similar efforts of the same/similar scope, size, and complexity to the enclosure (1) SSN SOW requirements identified in paragraph 8.0. Interested firms must demonstrate their existing capability, or potential to acquire the capability, to meet the enclosure (1) SSN SOW requirements by the time of contract award, estimated to be 1 October 2026.

6.1 Small Business Concerns

IAW FAR Subpart 19.2 Polices, SSP seeks to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Small Business Concerns who possess the minimum qualifications and experience identified in paragraph 7.0 and who can demonstrate its concerns' capability (or ability to obtain the capability by the contract award date) to execute the complete requirements identified in the enclosure (1) SSN SOW in paragraph 8.0, as well provide the requisite past performance experience detailed in Section 9.0, are encouraged to respond to this SSN.

If a small business concern intends to partner with another entity, the small business concern must identify which specific enclosure (1) SOW efforts/tasks it intends to perform, as well as the specific efforts/tasks the partner will perform, with the substantiating data required in this SSN supporting the identified partnering roles and responsibilities. NOTE: 100% of the enclosure (1) SOW and SSN requirements must be addressed in any submitted partnering submittal, if obtainable.

NOTE: In the event this contract is set aside for small business concerns, the small business concern agrees that it will be in strict compliance and conformance with the percentage payment limitations for services, supplies, or construction (as applicable) to subcontractors that are not similarly situated entities in accordance with FAR 52.219-14 Limitations on Subcontracting and state such in their response.

7.0 Minimum Qualifications / Experience Requirements

Interested firms shall document and submit specific and evidenced / demonstrated possession of the minimum qualifications and experience requirements in the technical areas identified in bullets a through e below which are critical to the successful execution of the enclosure (1) SSN SOW requirements in paragraph 8.0. This experience shall be documented as specified in paragraph 9.0.

  1. Navy TMDE LCS policy, requirements, operations, and processes.
  2. Detailed understanding and working knowledge of SSP TMDE LCS Program policies, operations, and processes to SSP Cognizant Branches and Fleet support.
  3. Detailed understanding and working knowledge of TMDE calibrations and services and measurement traceability, including expertise in Inter-laboratory Comparison.
  4. Detailed understanding and working knowledge of calibration laboratory operations and services, including expertise in evaluating calibration requirements and processing calibration transaction data.
  5. Detailed understanding and working knowledge of SSP TMDE LCS calibration indoctrination of Fleet personnel.

8.0 Description of Requirements

See enclosure (1) SSN SOW Requirements.

8.1 Quantity of Personnel Required / Place of Performance

Performance of these support services shall require 30 FTEs providing support at SSP Headquarters (HQ) at the Washington Navy Yard (18 FTEs), as well as SSP Field Activities, (i.e. Strategic Weapons Facility Atlantic (SWFLANT), Kings Bay GA (6 FTEs); and Strategic Weapons Facility, Pacific (SWFPAC), Silverdale WA (6 FTEs).

9.0 Evidentiary Qualifications/Experience Documentation Requirements

Interested firms must possess the requisite minimum qualifications and experience identified in paragraph 7.0 and demonstrated relevant and recent experience as it relates to the enclosure (1) SOW requirements in paragraph 8.0. White Paper Capability statements must include all of the content and details identified below:

9.1 Minimum Qualifications / Experience Requirements Validation

White Paper Capability statement submissions shall include a discrete section with the heading Minimum Qualifications / Experience Requirements and document, with specific information, each of the minimum qualifications identified in paragraph 7.0. This section may cite contract reference efforts detailed in Table A of paragraph 9.2 below provided that respondents provide context and rationale as to how that contract reference effort(s) demonstrate possession of the applicable Minimum Qualifications / Experience requirements of bullets a through e identified in paragraph 7.0 or have capability of obtaining by contract award.

9.2 Relevant & Recent Experience / Supporting Narratives

In addition to demonstrating possession of the requisite Minimum Qualifications / Experience requirements identified in paragraph 7.0 above (or have capability of obtaining by contract award), interested firms shall demonstrate relevant and recent experience performing the same or similar efforts and or completion tasks (as applicable) to the enclosure (1) SSN SOW requirements in paragraph 8.0. Relevant experience is defined as performing efforts/tasks similar in scope, size, and complexity as the enclosure (1) SSN SOW requirements with an annual incurred cost/expense of at least $5.8M. Recent experience is defined as work performed within 5 years of the SSN posting date. To substantiate the performance of relevant and recent efforts/tasks to the enclosure (1) SSN SOW requirements, White Paper Capability statements shall provide a list of current or previous contract references and the efforts/tasks performed thereunder detailing and evidencing a direct correlation of the contract reference efforts/tasks to the enclosure (1) SSN SOW using the specific outline provided in Enclosure 2 Table A. Submitter's responses to the Table A SSN CLIN SOW outline shall include the following information per individual contract reference:

  1. Summary of relevant work performed and how that specific work demonstrates capability to perform the specific requirements identified in the enclosure (1) SSN SOW requirements;
  2. Current / Prior Contract Number(s) and Customer/Agency Supported;
  3. Identification of your role as the Prime or Subcontractor;
  4. Contract Type;
  5. Period of performance of the specific contract reference effort performed;
  6. Quantity of FTE personnel utilized on the specific contract reference effort, per annum, with distinction and FTE quantities identified between the respondents FTE employees and any subcontractor FTE employees;
  7. Net Dollar value (base and options) for each contract reference and the Annual Incurred costs for each contract reference provided which demonstrates the magnitude of those contract references in comparison to the annual estimated value cited in paragraph 9.2 above. NOTE: solely citing an IDIQ ceiling amount or base and all options aggregate value without the annual incurred costs for the submitted contract reference(s) is NOT acceptable amounts must be specific to the actual incurred costs for a Contract CLIN(s) or Individual Task Order(s), for the contract reference(s) cited in Table A below; and
  8. Customer point of contact with valid phone number and email.

See Enclosure 2 - TABLE A SUMMARY OF RELEVANT & RECENT WORK EXPERIENCE

10.0 Company Information and Deadline for Submittal

White Paper Capability statements shall be submitted in Microsoft Word for Office 2000 compatible format or PDF format and are due no later than 23 February 2026, 4:00pm EST. The White Papers shall not exceed 5 pages in total, using 12-point Times New Roman and 1 margin and shall be submitted via e-mail to david.shriner@ssp.navy.mil and kekoa.erber@ssp.navy.mil. NOTE: The page count, font size, and margin requirements apply to the entire SSN response, to include any Cover Page, Attachments, Headers, Footers, etc. excluding the Company Administrative Information below.

The Government is seeking detailed content and responses to the SSN requirements over any promotional details, pictures, etc.

ALL White Paper Capability submittals shall include the following Company Administrative Data which is NOT included in the aforementioned maximum 5-page limit:

  1. Company Administrative Information
    1. Company Name:
    2. Company Point of Contact (email and phone) and Title:
    3. Company Address:
    4. Unique Entity Identifier (UEI) No:
    5. Cage Code:
  2. Size of business, including; total annual revenue, by year, for the past five years and number of employees;
  3. Ownership, including whether: small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns;
  4. Number of years in business;
  5. Identification of the current security clearance held at your facility that will provide support to the enclosure (1) SOW requirements. NOTE: Work to be performed under this contract shall require the contractor to have a facility clearance of SECRET and a computing facility that is cleared to process SECRET data.

Respondents to this SSN shall indicate which portions of their response are proprietary/business sensitive and should mark them accordingly. It is the responsibility of the SSN respondent to monitor the sam.gov website for additional information pertaining to any potential acquisition.

11.0 Government Assessment

The White Paper Capability statement responses to this SSN must meet the requirements stated in the SSN and will be reviewed to determine whether each respondent is capable of performing the requirements. This review will be based solely on the specific data and supporting content provided by the respondents in their White Paper Capability statement submissions and responses to any follow on clarification inquires submitted by the Government. Incomplete or generalized White Paper Capability statements, without specificity as it relates to the SSN content requirements, omitted content, or content which fails to address all of the requirements of this SSN, will have a direct affect upon the Government's assessment of the White Paper submittal. The Government's assessment will include, but is not limited to, the following:

(1) The respondent's specific and evidenced / demonstrated possession of the Minimum Qualifications / Experience requirements identified in paragraph 7.0;

(2) The respondent's demonstrated ability to manage, as a Prime or Subcontractor, the types and magnitude of requirements identified in the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity;

(3) The respondent's demonstrated technical ability, as a Prime or Subcontractor, to execute the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity; and

(4) The respondent's demonstrated capacity to execute the enclosure (1) SSN SOW requirements based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity, the quantity of personnel required, and the contract award date.

12.0 SSN Disclaimer

This SSN is issued solely for Market Research purposes. It does not constitute a Request for Proposal (RFP) nor a promise to issue an RFP in the future. This SSN does not commit the Government to solicit or award a contract. The information provided in the SSN is subject to change and is not binding on the Government. Respondents are advised that ALL costs associated with responding to this SSN, including any requests for follow-up information, will be solely at the interested parties' expense and the Government will not pay for any information or costs incurred or associated with submitting a SSN White Paper Capability statement or follow-on responses.

The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., small business, service-disabled veteran-owned small business, 8(a), HUBZone small business, and women-owned small business programs).

Background
The Strategic Systems Programs (SSP) is conducting market research to identify capable firms for providing Test Measurement and Diagnostic Equipment Life Cycle Support services. This initiative is part of SSP's mission as a major weapons systems command, focusing on the OHIO/COLUMBIA and VANGUARD/DREADNOUGHT Class Submarine TMDE LCS Program. The goal is to ensure that the agency can successfully execute its technical requirements through qualified contractors.

Work Details
The contractor shall provide technical services in support of the SSP TMDE LCS Program, which includes:

A. Program Coordination Support Services:
1. Coordination and liaison activities for TMDE LCS Program documentation and meetings.
2. Participation in TMDE/Calibration program meetings.
3. Coordination and performance of scheduled TMDE Status Inspections (TSIs).
4. Conducting US/UK Inter-laboratory Comparison Program (ILCP).
5. Technical support for US/UK TMDE LCS laboratory audits.

B. Information System Support Services:
1. Administering and maintaining the SSP TMDE LCS Program Information Data Quality System (PIDQS).
2. Understanding electronic information systems related to OHIO/COLUMBIA Class Submarine.

C. Fleet and Training Support Services:
1. Providing calibration training to Fleet personnel on the TMDE LCS Program.

D. Shipboard Calibration and Scheduling Program Support Services:
1. Coordinating implementation of calibration inventory systems for submarines.

E. Technical Support:
1. Providing recommendations for generating problem reports related to TMDE LCS.

Period of Performance
Base year from October 1, 2026, to September 30, 2027, with four one-year option periods following.

Place of Performance
SSP Headquarters at Washington Navy Yard, Washington DC; Strategic Weapons Facility Atlantic in Kings Bay, GA; Strategic Weapons Facility Pacific in Silverdale, WA.

Overview

Response Deadline
Feb. 23, 2026, 4:00 p.m. EST Past Due
Posted
Feb. 6, 2026, 4:09 p.m. EST
Set Aside
None
Place of Performance
Washington, DC United States
Source

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$15,000,000 - $40,000,000 (AI estimate)
Odds of Award
61%
On 2/6/26 Naval Strategic Systems Programs issued Sources Sought N0003026R3041 for 2027 Strategic Systems Programs Test Measurement and Diagnostic Equipment Life Cycle Support Services due 2/23/26. The opportunity was issued full & open with NAICS 541330 and PSC L099.
Primary Contact
Name
Kekoa Erber   Profile
Phone
(202) 527-2370

Secondary Contact

Name
David Shriner   Profile
Phone
(571) 481-1136

Documents

Posted documents for Sources Sought N0003026R3041

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought N0003026R3041

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0003026R3041

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0003026R3041

Experts for 2027 Strategic Systems Programs Test Measurement and Diagnostic Equipment Life Cycle Support Services

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > SSP > STRATEGIC SYSTEMS PROGRAMS
FPDS Organization Code
1700-N00030
Source Organization Code
100243206
Last Updated
Feb. 6, 2026
Last Updated By
kekoa.erber@ssp.navy.mil
Archive Date
March 10, 2026