Loading...
N0003027R1045
Response Deadline
May 26, 2026, 8:00 PM(EDT)15 days
Eligibility
Contract Type
Sources Sought
Lifecycle Sustainment and Technical Support for the Marine Corps Tactical Instrumentation System-Personnel (MCTIS-P)
1.0 Product Service Code:
J – Maintenance, Repair, and Rebuilding of Equipment- Training Aids and Devices (J069)
L – Technical representative services (L069)
2.0 North American Industry Classification System (NAICS) Code
The applicable North American Industry Classification System (NAICS) code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance and 541330 – Engineering Services.
3.0 Contracting Office Address
Strategic Systems Programs (SSP)
1250 10th Street, Suite 4600
Washington DC 20374
4.0 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.
5.0 Purpose
In accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10, SSP is conducting market research to determine if sources are capable of successfully performing the requirements identified in this SSN. Specifically, SSP is seeking capable firms to provide Life cycle sustainment services for the MCTIS-P equipment identified in Table A and in paragraph 8.0 below.
The contract type will include Cost Plus Incentive Fee, Level-Of-Effort (LOE) and Term Contract Line Item Numbers (CLINS). The Period of Performance (POP) will include a 2 year base effort from 1 March 2027 – 28 February 2029.
NOTE: Given the highly technical nature of SSP’s mission set as a major weapons systems command and corresponding technical requirements, respondents must provide recent and relevant past performance data (as detailed below) to demonstrate and substantiate the respondents ability to successfully execute requirements detailed in this SSN.
6.0 White Paper Capability Statement Credentials
SSP is seeking detailed, complete, and thorough White Paper capability statements from interested firms who can demonstrate and document, with evidentiary support, that they 1) possess the minimum qualifications and experience identified in paragraph 7.0 which are critical to the successful execution of the requirements, and 2) demonstrate recent and relevant experience, as the Prime contractor (or subcontractor) performing the same/similar efforts of the same/similar scope, size, and complexity to the requirements identified in paragraph 8.0. Interested firms must demonstrate their existing capability, or potential to acquire the capability, to meet the requirements in paragraph 8.0 by the time of contract award, estimated to be 1 March 2027.
6.1 Small Business Concerns
IAW FAR Subpart 19.2 Polices, SSP seeks to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Small Business Concerns who possess the minimum qualifications and experience identified in paragraph 7.0 and who can demonstrate its concerns’ capability (or ability to obtain the capability by the contract award date) to execute the complete requirements identified in in paragraph 8.0, as well provide the requisite past performance experience detailed in Section 9.0, are encouraged to respond to this SSN.
If a small business concern intends to partner with another entity, the small business concern must identify which specific paragraph 8.0 efforts/tasks it intends to perform, as well as the specific efforts/tasks the partner will perform, with the substantiating data required in this SSN supporting the identified partnering roles and responsibilities. NOTE: 100% of the paragraph 8.0 requirements must be addressed in any submitted partnering submittal, if obtainable.
NOTE: In the event this contract is set aside for small business concerns, the small business concern agrees that it will be in strict compliance and conformance with the percentage payment limitations for services, supplies, or construction (as applicable) to subcontractors that are not similarly situated entities in accordance with FAR 52.219-14 Limitations on Subcontracting and state such in their response.
7.0 Minimum Qualifications / Experience Requirements
Interested firms shall document and submit specific and evidenced / demonstrated possession of the minimum qualifications and experience requirements in the technical areas identified in bullets a through g below which are critical to the successful execution of the requirements in paragraph 8.0. This experience shall be documented as specified in paragraph 9.0.
SSP requires the prospective contractor to have knowledge, expertise, and experience that includes, but is not limited to operation of force-on-force exercise drills, training and maintenance of the MCTIS-P system along with its mobile command and control configurations. The prospective contractor must also possess or have the ability to acquire supporting technical data for the MCTIS-P system.
8.0 Description of Requirements
The Contractor must demonstrate their inherent capability and if they have access to the requisite technical data at the time of this posting to provide the services as detailed below. This list is not all inclusive:
0001.Contractor Logistics Support (CLS)
0002.Training Event and Exercise Support
a. Event and exercise set up and execution training at the unit level.
0003. Train-the-Trainer Support
a. Equipment, hardware and software operator training of NWS designated personnel to support independent operation of the MCTIS-P
b. Delivery of a training curriculum to be executed by NWS
c. Software and instrumentation troubleshooting training
d. Training on system wipe procedures of events exercises from instrumentation and hardware and software
e. Maintenance Training; remove and replace procedures as applicable
f. Preventative Maintenance Inspection Training in accordance with technical manual
0004. Engineering Support
a. Configuration control of the equipment to maintain alignment with the Program of record at the Marine Corps Systems Command
b. Failure tracking report
c. Identification of technology refresh roadmap; plan of future system upgrades. If data exists elsewhere; identify source.
d. Engineering investigation and analysis
e. Demonstrate capability and methodology in meeting the following key performance parameters; Operational Availability (Ao) of ≥ 95% and a Materiel Availability (Am) of ≥ 95% and Maximum Time to Repair (MaxTTR) of 120 minutes (to the 90th percentile) for corrective maintenance.
0005. Post-Deployment Software Support (PDSS)
a. Completion of RMF artifacts and products related as requested by NWS
b. Risk Management Framework updates
c. Technical and help desk support to users and NWS personnel; virtual and in person
d. Installation of all software updates; to include windows version updates required to maintain MCTIS-P system configuration associated with MARCOM ATO authorization update efforts.
e. Installation of all hardware updates required to maintain MCTIS-P system configuration associated with MARCOM ATO authorization update efforts
f. System Back up and Restoration Training for government system operators
8.1 Quantity of Personnel Required / Place of Performance
Two (2) total Full Time Equivalent (FTE) personnel who will provide virtual and on-site support at the Strategic Weapons Facility Atlantic (SWFLANT) and Strategic Weapons Facility Pacific (SWFPAC). One person is assigned per facility.
9.0 Evidentiary Qualifications/Experience Documentation Requirements
Interested firms must possess the requisite minimum qualifications and experience identified in paragraph 7.0 and demonstrated relevant and recent experience as it relates to the requirements in paragraph 8.0. White Paper Capability statements must include all of the content and details identified below:
9.1 Minimum Qualifications / Experience Requirements Validation
White Paper Capability statement submissions shall include a discrete section with the heading “Minimum Qualifications / Experience Requirements” and document, with specific information, each of the minimum qualifications identified in paragraph 7.0. This section may cite paragraph 8.0 requirements reference efforts detailed in Table A of paragraph 9.2 below provided that respondents provide context and rationale as to how that paragraph 8.0 reference effort(s) demonstrate possession of the applicable Minimum Qualifications / Experience requirements of bullets a through g identified in paragraph 7.0 – or have capability of obtaining by contract award.
9.2 Relevant & Recent Experience / Supporting Narratives
In addition to demonstrating possession of the requisite Minimum Qualifications / Experience requirements identified in paragraph 7.0 above (or have capability of obtaining by contract award), interested firms shall demonstrate relevant and recent experience performing the same or similar efforts and or completion tasks (as applicable) to the paragraph 8.0 requirements. Relevant experience is defined as performing efforts/tasks similar in scope, size, and complexity as the paragraph 8.0 requirements with an annual incurred cost/expense of at least $3.5M. Recent experience is defined as work performed within 5 years of the SSN posting date. To substantiate the performance of relevant and recent efforts/tasks to the paragraph 8.0 requirements, White Paper Capability statements shall provide a list of current or previous contract references and the efforts/tasks performed thereunder detailing and evidencing a direct correlation of the contract reference efforts/tasks to the paragraph 8.0 requirements using the specific outline provided in Table A below. Submitter’s responses to the Table A SSN requirements outline shall include the following information per individual contract reference:
TABLE A – SUMMARY OF RELEVANT & RECENT WORK EXPERIENCE
SSN Para 8.0
Requirement
Paragraph 8.0 Requirements Summary – Document the specific correlation of the contract reference efforts/tasks to the paragraph 8.0 requirement
0001
Contractor Logistics Support
0002
Training Event and Exercise Support
0003
Train-the-Trainer Support
0004
Engineering Support
0005
Post-Deployment Software Support (PDSS)
10.0 Company Information and Deadline for Submittal
White Paper Capability statements shall be submitted in Microsoft Word for Office 2000 compatible format or PDF format and are due no later than 26 May 2026, 4:00pm EST. The White Papers shall not exceed 10 pages in total, using 12-point Times New Roman and 1” margin and shall be submitted via e-mail to Robert Morse at Robert.Morse@ssp.navy.mil and Lauren Shallow at Lauren.Shallow@ssp.navy.mil.
NOTE: The page count, font size, and margin requirements apply to the entire SSN response, to include any Cover Page, Attachments, Headers, Footers, etc. “excluding” the Company Administrative Information below.
The Government is seeking detailed content and responses to the SSN requirements over any promotional details, pictures, etc.
ALL White Paper Capability submittals shall include the following Company Administrative Data which is “NOT” included in the aforementioned maximum 10-page limit:
Company Administrative Information
Respondents to this SSN shall indicate which portions of their response are proprietary/business sensitive and should mark them accordingly. It is the responsibility of the SSN respondent to monitor the sam.gov website for additional information pertaining to any potential acquisition.
11.0 Government Assessment
The White Paper Capability statement responses to this SSN must meet the requirements stated in the SSN and will be reviewed to determine whether each respondent is capable of performing the requirements. This review will be based solely on the specific data and supporting content provided by the respondents in their White Paper Capability statement submissions and responses to any follow-on clarification inquires submitted by the Government. Incomplete or generalized White Paper Capability statements, without specificity as it relates to the SSN content requirements, omitted content, or content which fails to address all of the requirements of this SSN, will have a direct affect upon the Government’s assessment of the White Paper submittal. The Government’s assessment will include, but is not limited to, the following:
(1) The respondent’s specific and evidenced / demonstrated possession of the Minimum Qualifications / Experience requirements identified in paragraph 7.0;
(2) The respondent’s demonstrated ability to manage, as a Prime or Subcontractor, the types and magnitude of requirements identified in the paragraph 8.0 requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity;
(3) The respondent’s demonstrated technical ability, as a Prime or Subcontractor, to execute the paragraph 8.0 requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity; and
(4) The respondent’s demonstrated capacity to execute the paragraph 8.0 requirements based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity, the quantity of personnel required, and the contract award date.
12.0 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. 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, including any requests for follow-up information, will be solely at the interested parties’ expense and the Government will not pay for any information or costs incurred or associated with submitting a SSN White Paper Capability statement or follow-on responses.
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, service-disabled veteran-owned small business, 8(a), HUBZone small business, and women-owned small business programs).
DEPT OF DEFENSE
DEPT OF THE NAVY
SSP
PAE STRATEGIC SYSTEMS PROGRAMS
PAE STRATEGIC SYSTEMS PROGRAMS
1250 10TH STREET SE SUITE 3600
WASHINGTON NAVY YARD, DC, 20374-5127