SOURCES SOUGHT
R -- SYSTEM INTEGRATION SUPPORT FOR THE TRIDENT II (D5) FLEET BALLISTIC MISSILE (FBM) PROGRAM - RFI
- Notice Date
- 11/17/2015
- 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
- N00030-17-Q-0001
- Point of Contact
- Emily L. Thomas, Phone: 202-433-8406
- E-Mail Address
-
emily.thomas@ssp.navy.mil
(emily.thomas@ssp.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- FY17 SYSTEMS INTEGRATION SUPPORT--DRAFT STATEMENT OF WORK (SOW) Th is is a SOURCES SOUGHT notice. This notice is NOT A Request for Proposal (RFP). No solicitation exists at this time. The Strategic Systems Programs (SSP) seeks a cost plus incentive fee (CPIF) and cost plus fixed fee (CPFF) type contract for Navy System Integration Support for the TRIDENT II (D5) Fleet Ballistic Missile (FBM) Program. 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 December 3, 2015 (15 pages or less) containing: 1) Company Name and Address, 2) Company Point of Contact, 3) Email Address, 4) Phone Number, 5) specifics addressing the tasking listed below and company's capability, 6) specifics addressing existing subject matter expertise of System Integration Support for the D5 FBM Program, 7) related past performance and 8) general corporate information. Facilities and US citizen personnel must have a Secret Clearance or higher, and be International Traffic in Arms Regulations (ITAR) compliant. In addition, prospective sources should be able to receive, generate, modify and store classified documentation. 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). Electronic responses are acceptable if prepared in Microsoft 2007 compatible format; Email electronic responses to Emily Thomas (email: emily.thomas@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 (4) one year options. REQUIREMENT: The purpose of this CPIF/CPFF Services Contact is to provide SSP with the following services for the United States (US) and United Kingdom (UK) TRIDENT II (D5) Strategic Weapons System (SWS) programs, US SSGN Attack Weapon System (AWS), Nuclear Weapons Security (NWS), and future concepts (see attached SOW for extensive list of requirements): Weapon system coordination, safety class engineering, direct logistics support of deployed forces, and support of logistics management programs. These services include coordination documentation, systems publications, shipyard installation test support, test equipment and test data analysis, support for reengineering the SWS as appropriate in response to guidelines resulting from continuous improvement initiatives, configuration management through SSP Alterations (SPALT) program, logistics engineering, Planned and Preventive Maintenance Program (PMMP), Standard Maintenance Procedures (SMP), systems level documentation and training curriculum support, test engineering services for the SSP Shipboard Integration (SSI) program, logistics planning, field logistics services, and network maintenance. Additionally, the Services contract will provide the following for the Common Missile Compartment (CMC) program effort to ensure that the existing D5 SWS is compatible with the Concept Development efforts being pursued for the CMC Program: weapon system coordination, systems engineering support, configuration management, logistics engineering, and systems-level documentation. PERFORMANCE LOCATION: Contracting Office Address: Emily Thomas, 1250 10 th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127 Place of Performance : At the contractor's facility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-17-Q-0001/listing.html)
- Place of Performance
- Address: 1250 10th Street S.E., Suite 3600, Washington Navy Yard, District of Columbia, 20374, United States
- Zip Code: 20374
- Zip Code: 20374
- Record
- SN03948182-W 20151119/151117234903-f5d2d80d354b3b952c71b82f4ac60706 (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 |