SOURCES SOUGHT
R -- Market Research
- Notice Date
- 10/14/2014
- 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
- N00030-15-R-0208
- Point of Contact
- Levi Alexis, , Cheryl Wetzel, Phone: 202-433-8426
- E-Mail Address
-
Levi.Alexis@ssp.navy.mil, Cheryl.Wetzel@ssp.navy.mil
(Levi.Alexis@ssp.navy.mil, Cheryl.Wetzel@ssp.navy.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- “MARKET RESEARCH” N00030-15-R-0208 Synopsis This Sources Sought Notice (SSN) announcement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB) concerns only. This notice is NOT a Request for Proposal (RFP). No solicitation exists at this time. The Strategic Systems Programs (SSP) seeks a Cost Plus Fixed Fee (CPFF) type contract for Engineering Services. The applicable NAICS code for this requirement is 541330. PURPOSE OF NOTICE: The Sources Sought is being used as a Market Research tool to determine potential sources prior to determining the method of acquisition and issuance of a possible RFP. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. We are only requesting capability statements from potential contractors at this time. RESPONSE DEADLINE: Interested sources shall submit a capability package by COB November 04, 2014 (10 pages or less) containing: 1) company name and address, 2) company point of contact, 3) email address, 4) phone number, 5) specifics addressing the work listed below and the company's capability, 6) specifics addressing existing subject matter expertise Weapon System Flight Test Operation and Spectrum Allocation and Frequency Assignment Support, 7) related past performance, 8) general corporate information, and 9) SDVOSB eligibility. Responders should indicate which portions of their response are proprietary and should mark them accordingly. Failure to provide a response does not preclude participation in any possible future competitive RFP for which a business is eligible to participate in, if any is issued. It is the responsibility of the interested businesses to monitor the FEDBIZOPS website for additional information pertaining to any potential acquisition and provide security clearances, if necessary, to perform the statement of work (SOW). All key personnel under the anticipated contract must have a SECRET clearance or higher. All other personnel must have clearances that are appropriate for their assignments Electronic responses are acceptable if prepared in Microsoft 2007 compatible format. Email electronic responses to Levi Alexis (email: levi.alexis@ssp.navy.mil) with "Sources Sought" in the subject line of the email. PERIOD OF PERFORMANCE: The current proposed Period of Performance is estimated to be one base year plus four option years. REQUIREMENT: The purpose of this CPFF engineering services contract is to provide SSP with services, materials, technical, analytical, programmatic support of the Weapon System Flight Test Operations and Spectrum Allocation and Frequency Assignment Support. The Contractor must demonstrate the capability to provide the services as detailed below. This list is not all inclusive. Program Management Support includes the following: 1.Providing planning documents, implementation plans, participating in various program reviews, working groups and flight test planning meetings; 2.Supporting and serving as primary representative to the various Test & Evaluation working groups supporting the Test Resource Advisory Group; 3.Providing liaison assistance with other DoD offices and activities as required 4.Conducting schedule reviews and identifying critical elements, assisting in the development and conduct of Range subsystem tests in support of Systems Engineering Test Process (as it relates to the TRIDENT II D5 flight test requirements) ; 5.Assisting in supporting Range architecture discussions with Test Resources Management Center and Air Force; 6.Supporting Systems Engineering and Risk Management process Spectrum Allocation and Frequency Assignment Support includes the following: 1.Operating and maintaining the spectrum allocation and frequency assignment database using SSP’s Spectrum XXI System for all of the radio frequency transmitters under the control of SSP; 2.Establishing and maintaining a complete paper and electronic file of all submitted DD 1494s, approved JF-12s, and Notes to Holder for transmitters requiring spectrum allocation and frequency assignment 3.Updating DD 1494s when the configuration of transmitting equipment occurs during a field change or SSP Alteration (SPALT) that changes the performance characteristics of the equipment/system; 4.Providing assistance with frequency management issues and liaison with other DoD offices and activities as required and conducting periodic reviews of all 1494s in accordance with the National Telecommunications and Information Agency (NTIA) Manual. PERFORMANCE LOCATION: Primary place of performance and support shall be provided at SSP Headquarters. Travel may be required between SSP Headquarters, Washington Navy Yard, DC and Field Activities to include Anaheim, CA; Sunnyvale, CA; Cape Canaveral, FL; CONTRACTING OFFICE ADDRESS: Levi Alexis 1250 10th Street S.E. Suite 3600, Washington Navy Yard, 20374-5127
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-15-R-0208/listing.html)
- Record
- SN03549693-W 20141016/141014234400-edceedf51184bce0560cf6633f09819a (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 |