Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2025 SAM #8752
SOURCES SOUGHT

12 -- Ship Self-Defense System (SSDS) Sustainment / Production Hardware

Notice Date
11/10/2025 11:22:14 AM
 
Notice Type
Sources Sought
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-26-R-5200
 
Response Due
1/19/2026 2:00:00 PM
 
Archive Date
03/19/2026
 
Point of Contact
Frederick Mitchell, Contract Specialist, David Chamberlain
 
E-Mail Address
frederick.m.mitchell.civ@us.navy.mil, david.s.chamberlain5.civ@us.navy.mil
(frederick.m.mitchell.civ@us.navy.mil, david.s.chamberlain5.civ@us.navy.mil)
 
Description
The Naval Sea Systems Command (NAVSEA) Program Executive Office Integrated Warfare System (PEO IWS) 80, is requesting information regarding industry�s capabilities and related experience for procurement of the efforts required for Ship Self-Defense System (SSDS) Sustainment / Production Hardware as defined in the draft Request for Proposal (RFP). NAVSEA also seeks feedback from industry regarding how to maximize competition and increase efficiencies for these requirements. Additionally, any other information that would be needed to bid this requirement. The SSDS Program provides the tactical combat system processing, storage and networking systems equipment that meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. Navy amphibious ships and aircraft carriers. The SSDS program needs to provide sustainment, procurement for Engineering Services and Other Direct Costs (ODCs) to address (Diminishing Manufacturing Sources and Material Shortages (DMS/MS) and Obsolescence solutions, sparing, warehousing, depot level repair and production for SSDS hardware to include but not be limited to, Maintenance Assist Module (MAMs) Cabinets, Arming Units, and Portable Maintenance Aid (PMA) Laptops for installation of SSDS / MK6 MOD X. The Contractor, working with the Government Design Agent (DA) will develop and maintain a Level III Technical Data Package (TDP) for the SSDS equipment. The Contractor will update and maintain the TDP as DMS/MS is resolved, will submit Engineering Change Proposals (ECPs) when needed, and will deliver a quarterly TDP update to the DA for review and approval. The Contractor will follow the Government Configuration Management (CM) process. Further, the Contractor shall provide the Government with technical documentation, Integrated Logistics Support (ILS) documentation, and test procedures to support the system sustainability in the Fleet for which it is anticipated that the Government shall have unlimited data rights. The Government will pursue Government Purpose Rights (GPR) or greater technical data rights for items delivered under this contract. The anticipated solicitation will include cost-plus-fixed-fee, firm-fixed-price and cost-only contract line items for travel and incidental material for the efforts that will support the SSDS acquisition efforts for FY27 through FY37 and is anticipated for award in CY27. NAVSEA is providing a draft Statement of Work (SOW) for industry review and comment. Authorized contractors are encouraged to review the draft SOW and provide comments. NAVSEA is specifically interested in recommendations to increase competition and increase efficiencies. Contractors may provide recommendations regarding contract structure, cost type, barriers to competition, unnecessary cost drivers, additional information required to bid the requirement, etc. To be an authorized Contractor, the Contractor shall be a United States Department of Defense Contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency�s website. Authorized contractors shall fill out and submit a signed copy of the Terms of Use Agreement to request a copy of the Attachments from the point of contacts identified below and shall always comply with the distribution statement and instructions. Submission Instructions: Interested parties are requested to provide a written response limited to 10 pages or less, 1-inch margins, and 10-point Times New Roman font or larger. Respondents may also provide comments/track changes on the draft SOW in Microsoft Word. Industry shall possess a facility security clearance level of SECRET. Interested parties should provide company profile to include the following: Company Name Company Address Point of Contact E-mail Address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Number of employees CAGE Code Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil, cc-ing David Chamberlain at david.s.chamberlain5.civ@us.navy.mil and Kathleen Simonini at Kathleen.p.simonini@us.navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions will be utilized for market research and will not be returned. Respondents are NOT permitted to provide responses containing classified information in response to this RFI. Disclaimer: This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse direct costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bd56cf22b441412bae3b3e2a0b4f1c31/view)
 
Record
SN07639177-F 20251112/251110230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.