Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2020 SAM #6875
SOURCES SOUGHT

A -- Specialized Systems Engineering Experience in Terminal Area Sensors and Conventional Hypersonic Environments

Notice Date
9/23/2020 5:44:42 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
STRATEGIC SYSTEMS PROGRAMS WASHINGTON NAVY YARD DC 20374-5127 USA
 
ZIP Code
20374-5127
 
Solicitation Number
N0003021R1025
 
Response Due
9/25/2020 9:00:00 AM
 
Archive Date
10/10/2020
 
Point of Contact
Andrey Grabovetskiy, Phone: 2024338403
 
E-Mail Address
andrey.grabovetskiy@ssp.navy.mil
(andrey.grabovetskiy@ssp.navy.mil)
 
Description
Sources Sought for Specialized System Engineering Experience Relating to Underwater Launched Hypersonic Missile Systems Introduction Conventional Prompt Strike (CPS) Program Office, a division of Strategic System Programs (SSP), under the Department of the Navy, is currently conducting market research to identify potential and eligible vendors capable of fulfilling engineering expertise relating to underwater launched hypersonic missile systems. Additional details pertaining to these requirements are in Section ""Requirement""�below. Interested parties are encouraged to provide responses to any or all requirement categories for which they may have capability. Disclaimer This notification is intended for planning purposes only and issued solely for conducting market research in accordance with FAR 10. This does NOT constitute a Request for Proposal. The Government is NOT seeking or accepting unsolicited proposals.� This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. This is for market research only. The procurement method and/or vehicle has also not been determined. �The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. Any interested parties that are small businesses that believe they can accomplish this entire requirement or any portion herein should indicate their small business status (see FAR Part 19) in their capability statement. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of interested parties to monitor FedBizOpps for additional information pertaining to this requirement. Security and Other Special Guidelines Secret level clearance required. Up to Top Secret clearance may be required for some positions. Requirement The aforementioned support includes and requires the following: Programmatic and technical expertise in analyzing and supporting flight test terminal sensor system, safety, and test program development. �Experience in analyzing and leading the development of raft deployed terminal sensor systems with Lawrence Livermore National Laboratory in expanding the capabilities of current sensors in gathering critical data �on missile tests. Systems engineering expertise specific to analyzing and assessing effects of environmental risk factors in the performance of Conventional Weapon Systems (CWS) to include Anti Tampering initiatives and program protection efforts. Experience with integration of CWS into SSGNs including software and electrical interfaces. Also requires Large Diameter Underwater Launch System experience in electrical support and electrical integration to support an Independent Review Panel. Response Criteria Companies responding to this announcement shall provide a capability statement not to exceed two (2) pages per labor category or fourteen (14) pages total if providing responses to all categories. Cover Sheet, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested. Responses should indicate sufficient detail for assessment of potential interest; submissions should be organized as follows: - Cover Sheet: title, address, company, technical point of contact, with printed name, title, email address and date, cage code, and NAICS codes. - Table of Contents: with list of figures and tables with page numbers as needed. - Capability Statement: Please address each staffing requirement separately. For each requirement addressed please provide specifics in regards to the capability to perform/deliver; specifics addressing subject matter expertise of similar programs; related past performance; and general corporate information. �Interest parties are also welcome to provide any additional NAICS codes for these requirements. Formatting Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. Paper should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office should be submitted in Adobe Acrobat format. Submitted electronic files should be limited to the following extensions: .docx Microsoft Word, .xlsx Microsoft Excel, .pptx Microsoft Power Point, or .pdf Adobe Acrobat. Response Deadlines CPS/SSP will accept ONLY electronic unclassified submission of responses. The due date for responses is fifteen (15) calendar days from the date of this posting to Andrey Grabovetskiy at Andrey.Grabovetskiy@ssp.navy.mil. All responses shall be submitted by 012:00 p.m. Eastern time on 23�September 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1daf1ac4d2384dfdafb48474eaa74d29/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN05809051-F 20200925/200923230220 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.