Standard Missile 2 (SM-2) Test Equipment (TE) Improvements Sources Sought
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 Sea Systems Command (NAVSEA), on behalf of PEO Integrated Warfare Systems (PEO IWS), is conducting market research through a Sources Sought notice for Standard Missile 2 (SM-2) Test Equipment (TE) Improvements. This effort aims to identify potential sources capable of designing, developing, manufacturing, and integrating replacement test equipment for the SM-2 program, which is experiencing obsolescence and negatively impacting fleet readiness. Responses are due April 12, 2026.
Scope of Work
The Government is seeking information on capabilities for two primary efforts:
- Replacement Test Stations: 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), including critical spares.
- New Infrared (IR) Test Capability: Design, manufacture, and integration of a replacement for an obsolete IR Target and Radiometer solution used for SM-2 Block IIIB Guidance Section testing, including a spare unit.
Information Sought
Respondents are requested to submit a capabilities statement addressing:
- Company Qualifications and Experience: Direct experience in complex test system design, development, integration, and production; lifecycle management (redesign, supply chain, DMSMS, QA); facilities, equipment, key personnel, and relevant clearances/certifications.
- Technical Approach and Capabilities: Notional technical approaches for replacement test stations and the new IR solution; systems engineering methodology; and risk management for cost, schedule, and technical performance.
- Design and Manufacturing Capacity: Current and maximum capacity for specialized test equipment, including a notional plan and timeline.
- Data Rights: Details on any expected limitations on Government rights to technical data and computer software, identifying proprietary elements.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage)
- Response Due: April 12, 2026, 04:00 AM UTC
- Published: March 23, 2026, 09:30 PM UTC
Additional Notes
This is for market research and planning purposes only and does not constitute an RFP or commitment for procurement. Responses will not be reimbursed, and respondents will not be notified of results. Information may be used to develop a future acquisition strategy. Capabilities statements are limited to 20 pages and must be submitted via email to the listed points of contact. The cover page should include company name, address, POC, business size relative to NAICS Code 336414 (Guided Missile and Space Vehicle Manufacturing), and self-performed percentage for small businesses.