Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2026 SAM #8853
SOLICITATION NOTICE

H -- 2027 Flight Test Instrumentation (FTI)Development, Production, Support, and Installation

Notice Date
2/19/2026 9:08:15 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
STRATEGIC SYSTEMS PROGRAMS WASHINGTON NAVY YARD DC 20374-5127 USA
 
ZIP Code
20374-5127
 
Solicitation Number
N0003027C2001_FTI
 
Response Due
3/5/2026 9:30:00 PM
 
Archive Date
03/21/2026
 
Point of Contact
SPN 208, Phone: 2024338415, Contracting Officer
 
E-Mail Address
SPN208@ssp.navy.mil, spn20@ssp.navy.mil
(SPN208@ssp.navy.mil, spn20@ssp.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Strategic Systems Programs (SSP) intends to issue a Request for Proposal and negotiate a contract on a sole-source basis with L3 Harris Interstate Electronics Corporation (IEC), of Yorba Linda, California to provide follow-on engineering support for U.S. Navy SSP-owned Flight Test Instrumentation (FTI) systems operated in support of SSP Trident II Flight Tests, SSP CPS flight tests, and Nuclear-Armed, Sea-Launched Cruise Missile (SLCM-N) flight tests. SSP requires maintenance, operation, sustainment, logistics support and life cycle management for the FTI systems to ensure the highest availability and maximum data collected during flight tests. SSP also requires development, design, delivery, and validation of a land-based telemetry system to be used for midcourse coverage of Atlantic flight tests. This system should be portable and be able to collect data for multiple objects simultaneously. Additional requirements include program management administrative engineering and operation support for services relating to design and development efforts, documentation, logistics, engineering, field engineering, hardware and software SPALT kits. Development and delivery of an integrated master schedule in accordance with the installation working group, to include installation and testing applicable SPALTs as defined in the program plan, for the Fire Control System (FCS) SDS, to include system software, hardware, fleet documentation and deliver applicable reports. Specialized Engineering Services and support for the Shipboard Data System (SDS) and any related support equipment. Development of SPALT Proposals and support for SDS Seaware Applications. Support the Shipboard Systems Modernization (SSMP) operational installations and deployment of the SDS, provide site support integration with the shipyard, conduct and support approved Shipyard Integrated Test procedures, perform engineering and operation support, and perform on-site support as defined in applicable Ordnance Documents (ODs), Program Plans, and technical management documents. Continue development and mature elements of the resilient common infrastructure system which make up the core architecture, to include application support, computing platform, network infrastructure services, edge security in support of application software, sensor effectors as decomposed to a lower level function such as trusted middleware, operating system, resilient computing software, data protection, network switch, and other hardware/software components as part of the overarching common infrastructure. Mature and demonstrate architecture concepts to meet lower level decomposed functions using simulations and prototype hardware and software. Provide systems engineering analysis and deliver trade studies in accordance with established SSP ODs and Systems Engineering Plan with the utilization of model based engineering methodologies to further define, enable and demonstrate a flexible, resilient computing and networking infrastructure for current and future shipboard data systems. The contractor shall also deliver Specialized tactical Engineering Services and Logistics services to install, troubleshoot and test SDS across the U.S. Develop and deliver the Strategic Systems Programs D5LE2 design items in accordance with established ODs, Program Plans and applicable Systems Engineering Plan, and the established technical program management plan. Provide Specialized systems engineering services in support of D5LE2 Systems Engineering Group (SEG) and systems engineering analysis to support Strategic Weapon System (SWS) trade studies, including decomposition of system requirements specifications, allocated ASRS, development of a tactical capabilities roadmap complete with steps and risks needed to deliver a concept to full capability. This effort requires in-depth expertise and experience necessary to effectively and efficiently design, develop, produce, install, and sustain key elements of the SWS, SDS, key sub-systems or the integral system interfaces between them. It would take an extensive amount of additional time and training to position another contractor at the level of IEC�s expertise. Moreover, the contractor would lack the necessary core competency, capability and/or specialized technical experience necessary to successfully develop design, produce, and install new capabilities within the SWS. Consequently, SSP intends to solicit and negotiate per the authority of 10 U.S.C. 3204(a)(1) (FAR Subsection 6.302-1 � Only one responsible source and no other supplies or services will satisfy agency requirements). SSP anticipates that the contract type will include Cost Plus Fixed Fee, Cost Plus Incentive Fee, Term Contract Line Item Numbers. The final delivery will occur 48 months after contract award. Security Clearance Required. IEC is the only known source with the direct critical experience, expertise, personnel, and in-depth knowledge of the FTI program required to perform the subject effort. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all responses received within fifteen days of the date of publication of this synopsis will be considered by the Government. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/64f29bf8399f4cd3930d9c0bb5f89ee2/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN07720466-F 20260221/260219230041 (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!  © 1994-2026, Loren Data Corp.