SOURCES SOUGHT
14 -- FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
- Notice Date
- 11/17/2025 10:42:55 AM
- Notice Type
- Sources Sought
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-26-R-5461
- Response Due
- 1/9/2026 9:00:00 AM
- Archive Date
- 01/24/2026
- Point of Contact
- Roy Yim, Joseph Strain, Phone: 7039949810
- E-Mail Address
-
roy.h.yim2.civ@us.navy.mil, joseph.r.strain4.civ@us.navy.mil
(roy.h.yim2.civ@us.navy.mil, joseph.r.strain4.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This Sources Sought Notice is issued in accordance with FAR 15.201(e) as part of market research for a potential future procurement. NAVSEA is conducting market research to determine industry capability and interest in supporting FY26�FY30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. NAVSEA is especially interested in determining small business capability and interest. The Government is seeking responses from sources capable of manufacturing and assembling Solid Rocket Motors with capabilities similar to those currently utilized in the Navy�s SM program (e.g., Dual Thrust Rocket Motors and Booster). Requirements include conducting acceptance testing in accordance with the Government�s Technical Data Package (TDP), administering regrain processes, performing parts disposition, and storing accepted Government Furnished Equipment (GFE) until shipment to the prime contractor responsible for assembling the SM All-Up-Rounds. NAVSEA has provided an outline of anticipated work under the SM SRM section of this sources sought notice. The Government anticipates that any future solicitation may include a combination of cost-plus-fixed-fee CLINs (for labor efforts) and fixed-price CLINs (for supplies). Final contract type(s) will be determined following completion of market research and acquisition planning. What/Where to Submit: Interested companies should submit, on company letterhead, a response that includes: Company information (name, address, website, POC details). Business size status under NAICS 336611. A capability statement addressing questions 1�6 below (limit to 5 pages). (Optional) A white paper addressing Section 3.0; the white paper is not included in the 5-page limit. Responses shall be submitted electronically via email to the Contracting Officer (roy.h.yim2.civ@us.navy.mil) and Contract Specialist (joseph.r.strain4.civ@us.navy.mil) with the subject line: �FY26�30 SM SRM Sources Sought N00024-26-R-5461 Response.� Proprietary Information must be clearly marked and transmitted via DoD SAFE (safe.apps.mil). Do not submit hardcopies, zip files, encrypted files, or password-protected files. Is your company a small or large business as defined by the Small Business Administration (SBA) under NAICS code 336611 (a small business must have 1,000 or less employees)? How many employees does your company have? Does your company have a website? If so, what is your company�s website address? Does your company have a satisfactory performance record for the type of work required? Please provide examples of relevant and recent (within three years) past performance. Does your company have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors)? Given the complexity of the work described in this announcement, including Enclosure (1), please describe your company�s historical experience completing work on similar systems at a similar complexity on the critical systems outlined in Enclosure (1), or briefly describe how your company would be capable of meeting these requirements as of contract award. SM SRM SECTION: 1.0 BACKGROUND. The currently sourced MK104 DTRM and MK72 Booster Motors are critical components of the Standard Missile Propulsion System, a multi-mission missile capable of anti-air warfare, terminal ballistic missile defense, and anti-ship strike roles. The regraining of MK-104 DTRMs is essential for maintaining operational readiness and extending the service life of existing assets. The planned acquisition will provide various operational SRM components in support of the SM programs for the U.S. Navy and Other Government Agencies (OGA). This sources sought announcement is to support potential solutions to the Government�s requirements for SRMs that are similar to the capabilities of the currently sourced MK104 DTRM and MK72 Booster Motors. To help facilitate this sources sought, the Government�s current requirements for MK104 DTRM and MK72 Booster Motors are provided below under Section 2. 2.0 GOVERNMENT�S CURRENT SRM REQUIREMENTS. 2.1 General Requirements. 2.1.1. MK104 DTRM Manufacturing and Assembly: Manufacturing and assembling MK104 DTRMs in accordance with provided specifications. Testing: Conducting all required acceptance tests for mechanical features and functional acceptance of avionics hardware, as outlined in the Technical Data Package (TDP). Quality Assurance: Providing comprehensive quality assurance services to ensure products meet all requirements, including implementation of Quality Notes (Q-Notes). Delivery: Shipping deliverable products (hardware, software, and equipment) to specified locations. Data Management: Submitting unclassified data requirements online through Contract Data Requirements List, DD Form 1423. Obsolescence Management: Continuously monitoring and maintaining an Obsolescence Management Program (OMP) for deliverable items and test equipment. 2.1.2. MK72 Booster Motor Production Manufacturing and Assembly: Manufacturing and assembling MK72 Booster Motors in accordance with provided specifications. Testing: Conducting all required acceptance tests for mechanical features and functional acceptance of avionics hardware, as outlined in the TDP. Quality Assurance: Providing comprehensive quality assurance services to ensure products meet all requirements, including implementation of Quality Notes (Q-Notes). Delivery: Shipping deliverable products (hardware, software, and equipment) to specified locations. Data Management: Submitting unclassified data requirements online through the Contract Data Requirements List, DD Form 1423 Obsolescence Management: Continuously monitoring and maintaining an Obsolescence Management Program (OMP) for deliverable items and test equipment. 2.1.3. MK-104 DTRM Regrain Process and Parts Disposition Disassembly and Inspection: Inspecting and disassembling old MK-104 DTRMs in accordance with existing processes. Tracking and Logging: Maintaining detailed logs by serial number for all incoming rocket motors, chambers, Arm-Firing Devices (AFDs), hot gas pressure switches, igniters, arm/enable switches, exit cone assemblies, and aft closure assemblies. Disposition of Materials: Disposing of or destroying materials (propellant, insulation, o-rings, etc.) in accordance with existing processes. Requesting authorization from the Government for the disposal of specific components (chambers, exit cone assemblies, aft closure assemblies). Regraining: Performing the regraining of MK-104 rocket motors. Reporting: Providing semi-annual logs of all tracked material to the Government, by serial number. Data Markings: Affixing required data markings to all unclassified technical documentation. 2.2 Delivery Period for Evaluation Purposes. (FY2026-FY2027) SRMs in support of SM-2 and SM-6 AURs (FY2027-FY2028) SRMs in support of SM-2 and SM-6 AURs (FY2028-FY2029) SRMs in support of SM-2 and SM-6 AURs (FY2029-FY2030) SRMs in support of SM-2 and SM-6 AURs 3.0 REQUESTED VENDOR INFORMATION. Interested vendors may respond to this sources sought notice with an optional white paper to include: 3.1 Executive Overview. The executive overview of the White Paper should explain how the vendor will perform the Government requirements outlined in section 2.0 of this sources sought notice. 3.2 Technical Approach. Provide a technical description of how the vendor will meet the Government�s requirements in section 2.0 of this sources sought announcement. Discuss any envisioned improvement(s). Discuss the engineering and logistics work needed to support the STANDARD Missile scope of work provided in Sections 2.1 and 2.2. Emphasize the performance data that exists, what testing is necessary, how the success will be measured, and how the project work scope or previous testing ensures the product performance will be reliable and maintainable. Discuss past performance of the company or team with this technology and detail previous products or accomplishments in this or closely related projects. 3.3 Schedule. Provide a notional summary schedule for the envisioned effort, including engineering work, any design reviews, testing, and deliveries aligned to Section 2.2 Government�s Delivery Period for Evaluation Purposes. 3.4 Vendor White Papers. White papers shall be submitted in Adobe Acrobat (PDF) format, no later than 09 January 2026, 12:00 PM EST. There is no page limit for white papers. Responses should address Section 2.0 Government Requirements and Section 3.5 Security/Markings. Administrative information shall include: Company Name, address, e-mail of two (2) designated points of contact Non Disclosure Agreements (NDAs) with support contractors Business type Facility security clearance of the vendor If email transmission to the above Government POCs is not possible, unclassified/proprietary information vendor White Papers can be sent via DoD Safe Access File Exchange (SAFE) at safe.apps.mil to roy.h.yim2.civ@us.navy.mil and Contract Specialist, joseph.r.strain4.civ@us.navy.us.mil. Do NOT send hardcopies of White Papers (including facsimiles), as only electronic submissions will be accepted and reviewed. Do NOT attach ZIP files, locked files, encrypted files, or password-protected files. The Government will scan all files submitted, if a virus is detected, it may be grounds for rejection of the White Paper. The White Paper should be a single file, including Gantt or other work plan charts and attachments/enclosures. Send each White Paper separately if submitting more than one response. Cost data is not required in response to this sources sought notice. 3.5 Security / Markings. 3.5.1 Marking � �PROPRIETARY INFORMATION (PI) MARKING. Vendor PI must be clearly marked and submitted via DoD Safe Access File Exchange (SAFE) at safe.apps.mil. Please be advised that all submissions become Government property and will not be returned. 3.5.2 PEO IWS 3.0 Support Contractors. PEO IWS 3.0 support contractors will review and evaluate vendor white papers submitted in response to this sources sought notice to include John Hopkins Applied Physics Laboratory, Millennium Engineering and Integration Company, Technomics, INC. and N-Gen Solutions, LLC. Proprietary Information submitted in response this sources sought notice will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as �the Act�) as implemented in the FAR. These companies are bound contractually by Organizational Conflict of Interest (OCI) and non-disclosure clauses with respect to proprietary information. Support contractor personnel are procurement officials within the meaning of the Act and will take all necessary action to preclude unauthorized use or disclosure of vendor�s proprietary data. Please acknowledge, in your response, your understanding and acceptance of support contractor personnel having access to the information you are submitting. 4.0 QUESTIONS. Submit questions in writing via email to roy.h.yim2.civ@us.navy.mil and joseph.r.strain4.civ@us.navy.mil. Verbal questions will not be accepted. Use the subject line: �FY26�30 SM SRM Sources Sought N00024-26-R-5461 Questions.� 5.0 SUMMARY. This Sources Sought Notice is issued solely for market research purposes. It does not constitute a solicitation and does not commit the Government to procure any items described. Respondents are not authorized to incur costs as a result of this notice. All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8532e20212734a72ac3028ea6a9c80c8/view)
- Place of Performance
- Address: Washington Navy Yard, DC, USA
- Country: USA
- Country: USA
- Record
- SN07644180-F 20251119/251117230040 (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 |