SSN MCSC – Fire Support Systems and Organic Precision Fires Support Services
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 Department of the Navy / Marine Corps Systems Command (MCSC) is conducting a Sources Sought Notice to identify qualified 8(a) Set-Aside firms capable of providing comprehensive support services for its Fire Support Systems (FSS) and Organic Precision Fires (OPF) portfolios. This market research aims to gather information on sources for program management, systems engineering, life cycle logistics, and technical writing support. The estimated value for this effort is $50,000,000.00 to $75,000,000.00 over a period of one base year and four option years. Responses are due by April 15, 2026.
Scope of Work
The required services encompass support through all phases of the acquisition life cycle for PdM FSS and PdM OPF. Key areas include:
- Program Management Support: Across all acquisition lifecycle phases.
- Systems Engineering Support: Including documentation, technical reviews, and process management.
- Life Cycle Logistics Support: Sustainment planning, independent logistics assessments, and cataloging.
- Technical Writing Support: For various program documentation.
- Software Development & Testing: For systems such as Target Handoff System (THS)v2 and Handheld Video Data Link (HH-VDL).
- Subject Matter Expertise (SME): For Advanced Field Artillery Tactical Data System (AFATDS) Software.
- Acquisition Support: For OPF portfolio systems.
- Manpower Personnel & Training (MP&T) Analyses and training support.
- Government Furnished Property (GFP) management and shipping/receiving services.
Contract Details
- Type: Sources Sought (for market research only)
- Estimated Value: $50,000,000.00 to $75,000,000.00
- Period of Performance: One base year with four one-year options
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 541330 (Engineering Services), Small Business Size Standard: $47M
- Place of Performance: Primarily contractor's facility, with support at Marine Corps Combat Development Command (MCCDC), MCB Quantico, VA, and Marine Corps Base Albany, GA.
Submission & Evaluation
- Interested parties must submit an executive summary (maximum 15 pages) via email by April 15, 2026, 4:00 PM Eastern Time.
- Responses must include Organization Name, Address, Point of Contact, DUNS and CAGE Code, business size and type, and a detailed statement of capabilities.
- Capability statements should specifically address Corporate Experience (similar contracts within the last three years), Acquisition Experience, SME, Facilities, Onboarding Personnel approach, and Interest Level (prime contractor status and subcontracting percentage).
- Vendors are also asked to provide feedback on the use of a GSA Schedule and any recommendations for the Performance Work Statement (PWS).
Additional Notes
- This notice is for informational purposes only and does not constitute a commitment or solicitation for proposals.
- Questions or comments must be submitted via email by April 1, 2026, 4:00 PM Eastern Time.
- Contractors requesting documentation for THSv2 and HH-VDL systems need to email for access to DoD SAFE, requiring a signed NDA. Requests must be submitted no later than 10 business days prior to the response due date.
- Primary Contact: Vanessa Arevalo (vanessa.arevalo@usmc.mil).