SOURCES SOUGHT
A -- 2027 FACILITIES ACQUISITION & ENGINEERING (FA&E) SUPPORT SERVICES
- Notice Date
- 1/16/2026 9:46:18 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- STRATEGIC SYSTEMS PROGRAMS WASHINGTON NAVY YARD DC 20374-5127 USA
- ZIP Code
- 20374-5127
- Solicitation Number
- N0003026R3007
- Response Due
- 2/2/2026 1:00:00 PM
- Archive Date
- 02/17/2026
- Point of Contact
- Kekoa Erber, Phone: 2025272370, Christopher Beck, Phone: 2024513188
- E-Mail Address
-
Kekoa.Erber@ssp.navy.mil, Christopher.Beck@ssp.navy.mil
(Kekoa.Erber@ssp.navy.mil, Christopher.Beck@ssp.navy.mil)
- Description
- 1.0 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. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. 2.0 Purpose In accordance with FAR Part 10, SSP is conducting market research to identify potential sources capable of performing for Navy integrated facilities, environmental, and explosives safety engineering support for the TRIDENT II (D5) Fleet Ballistic Missile (FBM), Conventional Prompt Strike (CPS), Nuclear Sea Launched Cruise Missile (SLCM-N) Programs as identified in the statement of work (SOW) cited in paragraph 4.0 below. The Period of Performance will include a base year FY27 effort from 1 October 2026 - 30 September 2027, and four (4) corresponding one-year option periods. SSP is seeking White Paper capability statements from interested vendors who demonstrate they possess the minimum qualifications identified in paragraph 3.0 below and who have demonstrated recent and relevant experience performing efforts similar in scope, size, and complexity as defined in the paragraph 4.0 SOW requirements. Small Business firms having the capabilities to perform the requirements described in this SSN are encouraged to respond. It should be noted in the event this contract is set aside for small business concerns, at least 50 percent of the cost of contract performance incurred shall be for the cost of employees of the small business concern (i.e. the Prime) in accordance with Federal Acquisition Regulation clause 52.219-14, Limitations on Subcontracting (MAR 2020). See FAR 52.219-14 for prescription and complete version of the clause. 3.0 Minimum Qualifications / Experience Requirements Interested businesses shall have demonstrated experience providing technical, functional and program support services in the following areas: Detailed understanding of coordinated interfaces between the Submarine Launched Ballistic Missile (SLBM) system and shore-based support facilities is required. Detailed understanding of infrastructure interface requirements for the Conventional Prompt Strike (CPS) and Nuclear Sea Launched Cruise Missile (SLCM-N) systems. Site Master Planning, DoD facility site planning and conceptual design (including environmental & explosives safety factors); Development of MILCON DD1391 project documentation (including cost-estimating and required attachments); Documentation of project requirements to include Basic Facility Requirement (BFR) and Facility Planning Document (FPD) preparation; National Environmental Policy Act (NEPA) documentation; multi-discipline engineering reviews of engineering designs and other technical documentation; construction oversight; DoD and Navy explosives safety policy requirements and operations; Electrical explosives safety (lightning protection, grounding/bonding/surge suppression), Explosives Safety Quantity Distance (ESQD) calculations and tables, and preparation/review of Navy explosives safety site approval requests, waivers and deviations. Facility maintenance monitoring systems engineering services. 4.0 Description of Requirements See Enclosure (1) for Statement of Work (SOW) Requirements 4.1 Relevant & Recent Experience / Supporting Narratives As detailed above, interested vendors must have the requisite minimum experiential qualifications identified in paragraph 3.0 above and demonstrated relevant and recent experience. Relevant experience is defined as performing efforts similar in scope, size, and complexity as the enclosure (1) SOW identified in paragraph 4.0 above with an annual incurred cost/expense of at least $10M. Recent experience is defined as work performed within 5 years of the SSN posting date. To substantiate the performance of relevant and recent efforts to the enclosure (1) SOW requirements, interested vendors White Paper Capability Statements shall provide a list of current or previous contract references/customers and the effort performed showing a direct correlation of the contract reference effort to the SOW outline in Table A attached. The Table A outline shall include the following information per contract reference: Summary of relevant work performed and how the work demonstrates capability to perform the requirements defined in the enclosure (1) SOW Current / Prior Contract Number(s) and Customer/Agency Supported Identification of your role as the Prime or Subcontractor Contract Type Period of performance Net Dollar value for each contract reference and Annual Incurred costs Customer point of contact with valid phone number and email NOTE: Work deemed not relevant or recent to the enclosure (1) SOW requirements will not be considered. Responders must have a facility clearance of at least SECRET and have a computing facility that is cleared to process SECRET data. See Enclosure (2) TABLE A � SUMMARY OF RELEVANT & RECENT WORK 5.0 Qty of Personnel Required / Place of Performance 20 Full Time Equivalent (FTE) personnel who will provide on-site support at or near the Washington Navy Yard. 6.0 White Paper Capability Statement Submittal Requirements White Paper Capability Statements shall be submitted in Microsoft Office 2016 compatible format and are due no later than 2 February 2026, 4:00 pm ET. The White Papers shall not exceed five (5) pages in total, using 12-point Times New Roman and 1� margin and shall be submitted via e-mail to Christopher Beck (email: Christopher.Beck@ssp.navy.mil) and Kekoa Erber (email� Kekoa.Erber@ssp.navy.mil) with �Sources Sought� in the subject line of the email. ALL White Paper Capability submittals shall include the following information �not� included in the aforementioned maximum five (5) page limit: Company Administrative Information Company Name: Company Point of Contact (email and phone) and Title: Company Address: DUNS No: Cage Code: Size of business, including; total annual revenue, by year, for the past three years and number of employees; 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; Number of years in business; 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 at least SECRET and a computing facility that is cleared to process SECRET data. Further, all personnel to perform this effort shall possess an active security clearance rating of SECRET. Responders shall indicate which portions of their response are proprietary and should mark them accordingly. It is the responsibility of the interested businesses to monitor the beta.SAM.gov website for additional information pertaining to any potential acquisition. 7.0 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 for any support service. 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 will be solely at the interested parties expense and the U.S. Government will not pay for any information or costs incurred or associated with submitting a SSN White Paper Capability statement. 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, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/80198cdabfe34265b37cea0a76ec2ca0/view)
- Record
- SN07689834-F 20260118/260116230042 (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 |