Mission Module Engineering and Technical Support.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center - Panama City Division (NSWC PCD) has issued a Sources Sought announcement (N61331-26-SN-Q27) to identify qualified sources for Mission Module Engineering and Technical Support. This effort supports the modularization of off-board systems for the littoral warfare mission area, specifically the Littoral Combat Ship (LCS) Mission Modules (MM) program. Responses are due by May 7, 2026, at 2:00 PM CST.
Scope of Work
The required support encompasses comprehensive engineering, analysis, and planning for the NSWC PCD Modular Integration Division. Key areas include:
- Systems Engineering: Packaging, handling, and integration of off-board system hardware, legacy, and emerging littoral mission systems.
- Module Integration: Seaframe integration of mission modules, development of common computing environments (e.g., MPCE), and integrated communications networks (e.g., MVCS).
- Testing & Validation: Distributed engineering testing, validation, and verification.
- Specialized Support: Mine Countermeasures (MCM) Mission Packages, hardware/software engineering, configuration management, provisioning, and technical manual development.
- Cybersecurity: Information Assurance (IA) and Cybersecurity Workforce (CSWF) support, including Authority to Operate (ATO) maintenance and compliance with DoD directives and NIST standards.
- Logistics & Maintenance: Maintenance planning, Reliability Centered Maintenance (RCM), and Level of Repair Analysis (LORA).
- Test & Evaluation: Experimentation coordination and execution.
- Facilities Support: For the Littoral Warfare Systems Facility Service Cost Center (LWSF SCC).
Contract & Timeline
- Opportunity Type: Sources Sought (N61331-26-SN-Q27)
- Anticipated Contract Type: Cost-Plus Fixed Fee (CPFF) Task Order
- Anticipated Duration: One 12-month base period and four 12-month option periods.
- NAICS Code: 541330 (Engineering Services)
- Place of Performance: Naval Surface Warfare Center Panama City Division (NSWC PCD), FL 32407, and contractor facilities.
- Incumbent: Innovative Professional Solutions (IPS) under SeaPort Task Order N0017819D7838-N6133121F3008.
- Published Date: April 22, 2026
- Response Due: May 7, 2026, 2:00 PM CST
Special Requirements
- Security Clearance: Access to classified information up to SECRET level is required, necessitating a DD 254. SIPRNET and NATO briefings may be involved.
- Personnel: U.S. citizenship is mandatory for onsite personnel. Specific cybersecurity certifications (DoD 8570.01-M) are required for CSWF personnel.
- Compliance: Adherence to numerous DoD Directives, Instructions, Military Standards, and NIST publications is essential.
- Travel: CONUS and OCONUS travel are anticipated.
- Non-Personal Services: The contract emphasizes non-personal services.
Submission Requirements
Interested businesses should submit a brief capabilities statement, limited to a maximum of 10 pages (single-spaced, 12-point font minimum). The statement must demonstrate the potential to perform the outlined services and include:
- Capability description related to the draft PWS.
- Firm name and address.
- Business size and status (Large, Small, 8(a), WOSB, HUBZone, VOSB, SDVOSB), including average annual revenue and employee count.
- Ownership details, SAM information, DUNS & CAGE Number.
- Number of years in business.
- Two points of contact (name, title, phone, email). Submissions must be emailed to Kristin S. Shaw (kristin.s.shaw.civ@us.navy.mil) and Anna Belle C. Tiller (Annabelle.c.tiller.civ@us.navy.mil) with "N61331-26-SN-Q27" in the subject line.
Additional Notes
This is a Sources Sought for information and planning purposes only and does not constitute a Request for Proposal (RFP) or a commitment by the Government. No contract will be awarded from this announcement, and no reimbursement will be made for submission costs.