Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2018 FBO #6074
SOLICITATION NOTICE

A -- COMMON MISSILE COMPARTMENT TECHNICAL SERVICES & PROGRAMMATIC SUPPORT - Combined Solicitation/Synopsis

Notice Date
7/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
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
N00030-19-Q-0031
 
Archive Date
9/8/2018
 
Point of Contact
David Schofield, Phone: 202-433-8425, Virginia Hennings, Phone: 2024338410
 
E-Mail Address
David.Schofield@ssp.navy.mil, virginia.henings@ssp.navy.mil
(David.Schofield@ssp.navy.mil, virginia.henings@ssp.navy.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Draft Contract This is a combined Synopsis/Solicitation. Strategic Systems Programs (SSP) seeks a cost-plus-fixed-fee (CPFF) type contract for Technical Services & Programmatic Support for the integration of the TRIDENT II (D5) Submarine Launched Ballistic Missile (SLBM) Strategic Weapon System (SWS) onto the US COLUMBIA Class SSBN and UK Dreadnought platforms and within the joint US/UK Common Missile Compartment (CMC). Efforts require SLBM SWS operator and operational knowledge, expertise and experience and will include systems engineering and analyses, independent studies, engineering evaluations, design documentation development, technical, operational, and programmatic trade studies, participation in working groups and design-build-sustain teams, financial planning and execution support services, program-level acquisition planning and strategies, financial summaries and execution reporting. This effort is inextricably linked and is a direct follow-on to SSP contract N00030-16-C-0031 with JRC Integrated Systems (CAGE 3QQY3), for the effort described in the attached RFP. The Period of Performance is estimated to be four years from contract award (estimated to be awarded in December 2018). The applicable NAICS code for this requirement is 541330. The applicable Product Service Code is AC24 (R&D- Defense System: Missile/Space Systems (Engineering Development)) PURPOSE OF NOTICE: Combined Synopsis/Solicitation Notice for a Sole Source to JRC Integrated Systems, as a Service-Disabled Veteran-Owned Small Business. RESPONSE DEADLINE: The response deadline for the attached RFP is 24 August 2018. Facilities and US citizen personnel must have a Secret Clearance or higher, and be International Traffic in Arms Regulations (ITAR) compliant. The Contract POC for this action is David Schofield (email: david.schofield@ssp.navy.mil )
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-19-Q-0031/listing.html)
 
Place of Performance
Address: JRC INTEGRATED SYSTEMS, INC. 1201 M ST SE STE G40 WASHINGTON DC 20003-3702, Washington, District of Columbia, United States, Washington, District of Columbia, 20003-3702, United States
Zip Code: 20003-3702
 
Record
SN04983688-W 20180711/180709231103-1dd2736e9a0809ed424a2e12575bc0b6 (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.