Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2012 FBO #3928
SOURCES SOUGHT

R -- Nuclear Weapons Security Acquisition/Operations Techical Services

Notice Date
8/24/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
 
ZIP Code
20374-5127
 
Solicitation Number
N00030-13-R-0026
 
Archive Date
9/21/2012
 
Point of Contact
David Schofield, Phone: 202-433-8425, Sheila n Roche, Phone: 202-433-8426
 
E-Mail Address
David.Schofield@ssp.navy.mil, sheila.roche@ssp.navy.mil
(David.Schofield@ssp.navy.mil, sheila.roche@ssp.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought to determine the availability and technical capability of prospective Service-Disabled Veteran-Owned Small Businesses. All responsible SDVOSB sources are encouraged to respond. The results of this Sources Sought is for informational purposes and will be utilized to determine if a SDVOSB Set-Aside opportunity exists. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. The Strategic Systems Programs office, Washington Navy Yard, Washington DC is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide a capability statement for (1) Nuclear Weapons Security Research, Development, Test and Evaluation Evaluation Services (2) Nuclear Weapons Security Systems Engineering, (3) Nuclear Weapons Security Program Transit Protection System Technical Support. Performance is contemplated to begin on 21 December 2012 and continue for one year, with one (one year) follow-on option period. Some personnel performing the effort must have a Top SECRET clearance at time of contract. It is contemplated the total number of man hours for this effort (base and option year) will be approximately 23,000hours. For area (1) above, capability is required to assess concept development and trade studies for the Nuclear Weapon Security (NWS) Research and Development (R&D) program, including processes integral to the management and sustainment of over 25 ongoing NWS R&D projects. Representative examples include development of electronic tracking devices, analytical software, advanced active and passive sensors, autonomous systems, unattended ground sensors, sonar, persistent surveillance, decision support systems and fast boat detection. The respondent Contractor should also have the capability to support implementing SSP NWS policy and acquisition processes, DoD, and SSP RDT&E policy, processes and tools, and RDT&E project management to readily support the SP30 organization. For area (2) above, capability is required to provide Nuclear Weapons Security Systems Engineering support that includes a "system of systems" approach, and in leading a multi disciplined Systems Engineering Integrated Product Team (IPT). Related to this is capability to asses and assist in the development of Systems Architecture to meet Department of Defense Architecture Framework (DoDAF) compliance. For area (3) above, capability is required to support the Transit Protection System (TPS) concept of operations, secure communications, and C4I capabilities. This includes concept development and trade studies for the integration of NWS Shore and TPS Secure Communications and C4I systems. SUBMISSION DETAILS: All interested companies that meet our intended SDVOSB criteria should submit a brief capabilities statement package (no more than five 8.5 X 11 inch pages in length, 12 point font minimum) demonstrating ability to perform the services described above. This documentation must address, at a minimum, the following: 1. Company Name; Company Address; Cage Code; DUNS number; Point-of-Contact (POC) name, phone, fax number, and e-mail address. 2. In your response, please confirm Company Size as Small according to the NAICS 541330 size standard $35.5M, and confirm that your company is Service Disabled Veteran-Owened Small Business. 3. For each of the (3) areas above, provide a separate statement of relevent qualifications. 4. Capability of some personnel to obtain a Top Secret clearance. The capability statement package shall be submitted by e-mail to David Schofield, SPN402, Contracting Officer ( david.schofield@ssp.navy.mil ). Responses shall be received at this office no later than 3:00 p.m. Eastern Time on 6 September 2012 and reference this synopsis number in the subject as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-13-R-0026/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20374-5127, United States
Zip Code: 20374-5127
 
Record
SN02853980-W 20120826/120824235618-6fc1bf1859cbebb020a0b8a24e089bd0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.