Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2026 SAM #8886
SOURCES SOUGHT

14 -- Standard Missile 2 (SM-2) Test Equipment (TE) Improvements Sources Sought

Notice Date
3/24/2026 8:01:12 AM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-23-C-5408
 
Response Due
4/11/2026 9:00:00 PM
 
Archive Date
04/27/2026
 
Point of Contact
Roy Yim, Ashley Mathew
 
E-Mail Address
roy.h.yim2.civ@us.navy.mil, ashley.mathew2.civ@us.navy.mil
(roy.h.yim2.civ@us.navy.mil, ashley.mathew2.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NO RFP AVAILABLE AT THIS TIME. THIS SOURCES SOUGHT NOTICE IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY ACTUAL PROCUREMENT OF MATERIALS OR SERVICES. Introduction/Background: In accordance with Federal Acquisition Regulation (FAR) Part 5, the Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Officer Integrated Warfare Systems (PEO IWS), is conducting market research to identify potential sources with the requisite capabilities to perform the design, development, manufacture, and integration of replacement test equipment for the Standard Missile-2 (SM-2) program. SM-2 is the primary extended-range air defense weapon for AEGIS cruisers and destroyers, providing a critical capability for the protection of U.S. and allied forces. The test equipment used for maintaining the SM-2 is obsolete and unsustainable. Critical legacy test stations are experiencing increasing failures, which negatively impacts missile repair throughput and fleet readiness. The Government is seeking information on potential sources for the following efforts: Replacement Test Stations: This effort includes the complete engineering redesign, material procurement, assembly, integration, and delivery of modern, sustainable replacements for the legacy Antenna Test Station (TP-6059) and Seeker Head Test Station (TP-6098). The effort includes the provision of critical spares for the new stations. New Infrared (IR) Test Capability: This effort includes designing, manufacturing, and integrating a replacement for an obsolete IR Target and Radiometer solution used for SM-2 Block IIIB Guidance Section testing. The effort includes the production of a spare unit of this capability. Information Sought: Respondents are requested to provide a capabilities statement that addresses the following areas. This statement should include sufficient detail to allow the Government to make a thorough assessment of the respondent's capabilities. Company Qualifications and Experience: Describe your company's capabilities and direct experience in the design, development, integration, and production of complex test systems of similar size and complexity to those described. Provide details on your experience managing the complete lifecycle of test equipment, including engineering redesign of legacy systems, supply chain management, Diminishing Manufacturing Sources and Material Shortages (DMSMS) mitigation, and quality assurance. Describe your company's facilities, equipment, and key personnel. Include information on facility clearances and any relevant quality certifications necessary to manufacture, integrate, and test missile depot-level support equipment for the U.S. Navy. Technical Approach and Capabilities: Provide your notional technical approach to designing, manufacturing, and delivering modern, sustainable replacements for the Antenna and Seeker Test Stations. Outline your technical approach to designing and producing a new IR Target and Radiometer solution and integrating it into existing government test stations. Describe your systems engineering methodology for managing the technical baseline, ensuring the new designs are maintainable, and validating that they meet all functional and performance requirements. Describe your risk management approach for cost, schedule, and technical performance for this type of engineering design and manufacturing effort. Design and Manufacturing Capacity: Detail your company's current and potential maximum capacity for designing, manufacturing, and integrating specialized test equipment. Describe a notional plan and timeline to execute the efforts described, from design finalization through delivery and integration. This should include any anticipated investments in facilities, special tooling, or personnel required. Data Rights: For the technical approaches described, provide details on any expected limitations on the Government�s rights to technical data and computer software. Clearly identify any processes, components, or software that are considered proprietary. Submittal Instructions: Interested parties are requested to submit a capabilities statement in response to this sources sought notice. Responses must be submitted via email to the points of contact listed below no later than 12 April 2026. The subject line should reference ""Sources Sought Notice: SM-2 Depot Test Equipment Replacement"". Please limit responses to a maximum of 20 pages. Proprietary information must be clearly marked. The cover page shall include: Company Name, Address, Point of Contact (Name, Phone Number, and Email). Company's business size (Small or Large) relative to NAICS Code 336414 (Guided Missile and Space Vehicle Manufacturing). Small Businesses should indicate the percentage of work that would be self-performed. Points of Contact: Contracting Officer: Roy Yim (roy.h.yim2.civ@us.navy.mil) Contract Specialist: Joseph Strain (joseph.r.strain4.civ@us.navy.mil) Contract Specialist: Ashley Mathew (ashley.mathew2.civ@us.navy.mil) Disclaimer: This notice is for market research and planning purposes only and does not constitute a RFP or obligation on the part of the Government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not provide reimbursement for any costs or expenses associated with submitting a response. Respondents will not be notified of the results of this notice. Information obtained from submitted responses may be used to develop a future acquisition strategy.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7541268df7cc458eaf25aa2bb4b2f434/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07755985-F 20260326/260324230055 (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.