SOURCES SOUGHT
K -- IFIS Installation and Test on the USNS WATERS
- Notice Date
- 12/19/2016
- 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-P125
- Archive Date
- 12/30/2016
- Point of Contact
- Alexander Miller, Phone: 2024338429
- E-Mail Address
-
Alexander.Miller@ssp.navy.mil
(Alexander.Miller@ssp.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice - Integrated Flight Interface Station (IFIS) Installation and Test on the USNS WATERS A. DISCLAIMER THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. B. INTRODUCTION SOURCES SOUGHT NOTICE IAW PGI 206.302-1, SSP is currently conducting market research to identify any other potential and eligible vendors capable of fulfilling the requirements described in paragraph C below. NOTE: The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. C. REQUIREMENT The contractor shall install the IFIS cabinets, the associated cabling, and the IFIS software in support of testing the new navigator being developed for SSI Increment 8. The Installation will occur as defined in Ordnance Document (OD) for Integrated Flight Interface Station Program Plan for SSBN SP23 Guidance Integration Testing on the USNS WATERS. The contractor shall participate in the test events as defined on the SSI Increment 8 SWS Integrated Schedule. In support of these efforts, the Contractor shall provide the following: 1.Installation of IFIS Hardware and load IFIS Software 2.Deliver Installation Report 3.Spares (GFM) during test events 4.Personnel to operate the IFIS during the test events 5.Deliver USNS WATERS Test Report (with ESGN and ESGN-R) 6.Deliver Final Report All efforts shall be performed in accordance with the T9001B checklist dated September 9, 2015 Auxiliary Type, Development Column, incorporated as part of the basic ordering agreement. GFE/GFI/GFM provided: 3CX85-20709063-1 Integrated Flight Interface Station Kit 3CX85-20709064-1 Integrated Flight Interface Station Spares Kit Integrated Flight Interface Station Build and Support Plan Integrated Flight Interface Station Software USNS Waters Test Platform Assumptions: Installation of IFIS in San Diego, CA Two test events (San Diego, CA and Pearl Harbor, HI) The Period of Performance is estimated to be 12 months. D. RESPONSE DEADLINE Interested sources shall submit a brief capability package by 11:00 am EST on November 29, 2016 (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 tasking listed above and the company's capability, 6) experience and understanding in the development and deployment of the SSBN Fire Control Weapon System, 7) experience and understanding in the development, testing, and deployment of the Integrated Flight Interface Station (IFIS), 8) experience performing cyber security analysis and accreditations in accordance with the SSP Information Assurance Program (SSP Instruction 5239.12, dated 11 October 2011), 9) related past performance, and 10) 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 shall indicate which portions of their response are proprietary and should mark them accordingly. 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. Electronic responses are acceptable. Email electronic responses to Alexander Miller at email: Alexander.Miller@ssp.navy.mil with "Sources Sought" in the subject line of the Email. Contracting Office Address: SPN, 1250 10th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127 Place of Performance: SSP expects contract performance will occur primarily at Contractor's site.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-17-Q-P125/listing.html)
- Record
- SN04355372-W 20161221/161219234703-7fe98aa61857c6ccf2a2097f3765158e (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 |