Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2018 FBO #5948
SOURCES SOUGHT

J -- SERF Launcher Repair

Notice Date
3/5/2018
 
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
N0003016G0038P166
 
Archive Date
3/29/2018
 
Point of Contact
Bina Russell, Phone: 2024338404, Virginia Hennings, Phone: 2024338410
 
E-Mail Address
bina.russell@ssp.navy.mil, virginia.henings@ssp.navy.mil
(bina.russell@ssp.navy.mil, virginia.henings@ssp.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice - SERF Launcher Repair 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, Strategic Systems Programs (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 NOTICE IS NOT A REQUEST FOR PROPOSAL. C. REQUIREMENT Strategic Systems Programs (SSP) requires supplies and services to modify, repair, and recertify one hundred (100) components of the Launcher Subsystem of the D5 TRIDENT II Strategic Weapons System. All effort shall be performed in accordance with the following: -Procedures for the Repair and Return (R&R) of SSP Cognizance (COG) Reparable and Recoverable Consumable Material, SSP Instruction 4423.39H Change 1, dated 7 May 2008 -T9001B checklist, Launcher Type, R&R Column, incorporated as part of the Basic Ordering Agreement, dated September 9, 2015 -Production Test and Inspection Plans (PTIP) (including Ordinance Document (OD) 64994 Rev 1 SP22 R&R PTIP, dated 9 March 2016) -SSP Shipboard Electronic Repair Facility (SERF) Program Plan OD 65000 Rev 0, dated 17 February 2016 -SSP Inspection Guide and Standard Repair Procedures (SRP) for the SSP SERF OD 65001 Rev 1, dated 21 July 2016 Only items inducted for repair shall be counted toward the number of components defined above. The Contractor shall manage the 4th level piece parts to perform the repair obligation. Program Management Office Strategic Systems Programs Flight Systems shall act as the Management Control Activity and validate Contractor requests for 4th level piece parts. The Contractor shall also conduct all necessary tests, perform evaluations, and maintain test capability for Repair and Return of Launcher components. The induction period will conclude by 30 September 2018, and all items will be delivered by 30 September 2019. D. RESPONSE DEADLINE Interested sources shall submit a brief capability package by 14 March 2018 (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) specifics addressing existing subject matter expertise of the Trident II (D5) Program and capability to perform this requirement, 7) related past performance and 8) general corporate information. Facilities and US citizen personnel must have a Secret Clearance or higher. 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 Bina Russell (email: bina.russell@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 Pittsfield, Massachusetts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N0003016G0038P166/listing.html)
 
Place of Performance
Address: Pittsfield, Massachusetts, United States
 
Record
SN04842760-W 20180307/180305231219-27b1d34e0c4c3b9903f5572452b868dc (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.