Search Contract Opportunities

Fy26 Fire Control Strategic Systems Programs (SSP) Development, Sustainment, Production and Operations Support   2

ID: N0003026R1005 • Type: Special Notice

Description

Strategic Systems Programs (SSP) intends to issue a Request for Proposal (RFP) and negotiate a contract on a sole-source basis with General Dynamics Mission Systems (GDMS), Pittsfield, Massachusetts for the following efforts:

  • Specialized Tactical Engineering Services, Logistics Services, and Fire Control SPALT Services to develop, test, repair, and maintain Auxiliary Subsystems and related support equipment in support of the existing TRIDENT II (D-5) strategic weapon system.
  • Specialized Tactical Engineering Services, Logistics Services, and Attack Weapon Control System (AWCS) SPALT services to develop, test, repair, and maintain the AWCS Subsystem and related support equipment in support of the Tactical Tomahawk Weapon Control System (TTWCS).
  • Research in the application of technologies to support obsolescence mitigation on the Trident II (D-5) MK98 FCS to include system requirements definition and concept development. This effort is a part of the SSP Shipboard Integration (SSI) Program. Concepts will be required to meet requirements on the MK98 FCS and future MK99 FCS, which will be deployed on the U.S. COLUMBIA Class and UK Dreadnought Class submarines.
  • Research in the application of technologies to support the future Fire Control requirements for the TRIDENT II (D-5) LE and LE-2 follow-on missile and applicable MK7 RB, to include development and associated production efforts toward future deployable technologies.
  • The development and testing of revisions to the currently deployed FCS tactical, training, auxiliary, and support software and hardware which will meet the requirements of the next generation of the SWS. This effort shall include development of follow-on updates to the deployed FCS tactical, training, auxiliary, and support software and hardware.
  • Modernization of the SSP Advanced Inventory and Logistics (SAIL) system and Modernization of the Attack Weapon Interface Simulator (AWIS) hardware and software architecture for the AWCS.
  • Engineering Services, facilities, and equipment to test, troubleshoot, repair and return tactical electronic components required to maintain the ready spare inventory for the, SWS, various SWS Subsystems, TRIDENT II (D-5), (D-5LE), (D5-LE2) and AWCS weapon systems.
  • Specialized Tactical Engineering Services and Logistic Services to Install strategic weapon systems on-board U.S. and UK SSBNs, SSSGNs, training, and development systems in shore based facilities.
  • Specialized Tactical Engineering Services, Logistics Services, and Fire Control SPALT Services to develop, test, produce, repair, maintain and install the SWS, FCS and related support equipment in support of the strategic weapon system for the US COLUMBIA and UK Dreadnought class submarines and future deployed technologies. Efforts may include, but not limited to: the SWS, FCS, FCS/Shipboard Data Subsystem (SDS), including installation and Checkout (I&C) kit, for U.S. Missile Control Center Module (MCCM) mounted equipment, FCS, including I&C kit for U.S. and UK Missile Tube Module (MTM) mounted equipment, Navigation (NAV) Subsystem Cabinets/Consoles, including I&C Kit, for U.S. and UK MCCM mounted equipment, and Spares as provisioned for all installed equipment.
  • Specialized Tactical Engineering Services, Logistics Services, and Fire Control SPALT Services to build, test inspect, repair, and maintain the SWS Subsystems, Auxiliary Subsystems and related support equipment in support of the existing TRIDENT II (D-5) strategic weapon system. Efforts shall include, but not limited to: SSI Increment SPALT Modification Kits, FCS Modification SPALT Kits, SSI Increment and Refresh Spares Kits, Hardware Refresh Kits.
  • Specialized Tactical Engineering Services and Logistics Services to install strategic weapon systems and specialized system upgrades on-board U.S. OHIO, UK Vanguard, U.S. COLUMBIA and UK Dreadnought SSBNs and training systems in shore based facilities to include program planning, installation support, issue resolution and reporting.
  • Support Services and touch labor relating to design and development efforts, documentation, logistics, engineering, hardware, and associated documentation services.
  • Coordination, transportation, and tracking of all produced and delivered materials to locations as required.

The impending contract will contain both U.S. and U.K. sponsored efforts starting in FY 2026. The current proposed Period of Performance is estimated to be one base year (FY26) plus one (1) option year. It will also include provisions that would allow for level of effort increases up to 30%. Award will be made using other than full and open competition to General Dynamics Mission Systems (GDMS), Pittsfield, Massachusetts, the only known source with the requisite design background, system knowledge and operational experience relative to the TRIDENT II Fire Control Subsystem capable of providing the required efforts within existing technical, cost and fleet schedule constraints. No Solicitation package is available.

This NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITVE PROPOSALS.

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. All responses must be received within fifteen days from the date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.

An Award Notice will be publicized, when applicable. The supporting Justification and Approval for Other Than Full and Open Competition (J&A), in accordance with Federal Acquisition Regulation (FAR) 5.301, 5.303, and 6.305 was published previously under a separate notice.

Contracting Office Address

STRATEGIC SYSTEMS PROGRAMS (SSP)

1250 10TH STREET SE

WASHINGTON NAVY YARD, DC 20374-5127

Place of Contract Performance

Pittsfield Massachusetts; Kings Bay, Georgia; Bangor, Washington; Quonset Point Rhode Island; Groton Connecticut; and, various locations within the UK.

Overview

Response Deadline
Feb. 26, 2025, 12:00 p.m. EST Past Due
Posted
Feb. 11, 2025, 9:23 a.m. EST
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Cost Plus
Est. Level of Competition
Sole Source
On 2/11/25 Naval Strategic Systems Programs issued Special Notice N0003026R1005 for Fy26 Fire Control Strategic Systems Programs (SSP) Development, Sustainment, Production and Operations Support due 2/26/25.
Primary Contact
Name
Bina Russell   Profile
Phone
(202) 451-3193

Documents

Posted documents for Special Notice N0003026R1005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Special Notice N0003026R1005

Incumbent or Similar Awards

Contracts Similar to Special Notice N0003026R1005

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice N0003026R1005

Similar Active Opportunities

Open contract opportunities similar to Special Notice N0003026R1005

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
March 13, 2025
Last Updated By
bina.russell@ssp.navy.mil
Archive Date
March 13, 2025