SOURCES SOUGHT
J -- Launcher/NAV/IFS Repairs, VEEP and Power Buffer Tester
- Notice Date
- 5/21/2021 10:08:09 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
- N0003019G0038P215
- Response Due
- 5/26/2021 2:00:00 PM
- Archive Date
- 06/10/2021
- Point of Contact
- Brandon Budman, Bina Russell, Phone: 2024338404
- E-Mail Address
-
Brandon.Budman@ssp.navy.mil, bina.russell@ssp.navy.mil
(Brandon.Budman@ssp.navy.mil, bina.russell@ssp.navy.mil)
- Description
- 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 the contractor to provide the following: i.� The contractor shall upgrade, recertify and return nineteen (19) Internal Frequency Standard (IFS) components in accordance with the List of Deliverables, Electronic Line Item Numbers (ELINs B001-B014 and C001-C005) for US and UK Shipboard Systems. All Cesium tubes shall be replaced in all reworked IFS components. Induction period shall be from contract award through September 30, 2021 for US Shipboard Systems. All repairs shall be completed within twelve (12) months after award. All efforts shall be performed in accordance with the T9001B checklist as modified May 21, 2018, Fire Control Type, Repair & Return (R&R) Column, incorporated as part of the basic ordering agreement. ii.� The contractor shall provide the supplies and services to modify, repair, and re-certify 70 components of the Launcher Subsystem (ELINs D001-D070). All effort shall be performed in accordance with T9001B checklist as modified May 21, 2018, Launcher Type, R&R Phase; Procedures for the Repair and Return (R&R) of Strategic Systems Programs (SSP) Cognizance (COG) Reparable and Recoverable Consumable Material, SSP Instruction 4423.39H Change 1, dated 7 May 2008; Production Test and Inspection Plans (PTIP) (including OD 64994 Rev 1 SP22 R&R PTIP, dated 9 March 2016); Strategic Systems Programs (SSP) Shipboard Electronic Repair Facility (SERF) Program Plan OD 65000 Rev 0, dated 17 February 2016; and Strategic Systems Programs (SSP) Inspection Guide and Standard Repair Procedures (SRP) for the Strategic Systems Programs (SSP) Shipboard Electronic Repair Facility (SERF) OD 65001 Rev 4, dated 09 June 2020. 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 September 30, 2021, and all items shall be delivered by 24 months after contract award. iii.� The contractor shall provide the supplies and services to create new schematics, build, and certify 10 of each sub assembly boards (5945671, 6235825, 5945690) for the Variable Energy Eject Panel (VEEP, 5945016) (ELINs E001�E003). All effort shall be performed in accordance with T9001B checklist as modified May 21, 2018, Launcher Type, R&R Phase; Production Test and Inspection Plans (PTIP) (including OD 64994 Rev 1 SP22 R&R PTIP, dated 9 March 2016); Strategic Systems Programs (SSP) Shipboard Electronic Repair Facility (SERF) Program Plan OD 65000 Rev 0, dated 17 February 2016; and Strategic Systems Programs (SSP) Inspection Guide and Standard Repair Procedures (SRP) for the Strategic Systems Programs (SSP) Shipboard Electronic Repair Facility (SERF) OD 65001 Rev 4, dated 09 June 2020. The total number of deliverable items shall be 30 pieces.�The contractor shall procure all needed 4th level piece parts to perform the production 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 and perform evaluations required to ensure the produced units meet the intended form, fit and function. iv.� The contractor shall provide a draft Acceptance Test Specification (ATS), Instrumentation Drivers definition for the newly identified supportable test equipment, all engineering drawings for Tester Hardware Cabinet, Load Bank, Rapid Power Supply, Buffer Test Cart and External Cabling, completed to a fidelity suitable for submission to SPSP and Drafting. The contractor shall prepare and conduct a draft ATS Review and deliver an ATS review status report, deliver all engineering drawings for Tester Hardware Cabinet, Load Bank, Rapid Power Supply, Buffer Test Cart and External Cabling, to SPSP and drafting, and deliver a report detailing the new instrument drivers definition. All efforts shall be performed in accordance with the T9001B checklist as modified May 21, 2018, Auxiliary Type, Development Column, incorporated as part of the basic ordering agreement. v.� The contractor shall procure, test, and deliver Power Supply units listed as deliverables in support of the Attack Weapons Control System (AWCS). (ELINs F001�F041). All effort shall be performed in accordance with the T9001B checklist as modified 21 May 2018, Fire Control Type, Operational Support Column, incorporated as part of the basic ordering agreement. D.� RESPONSE DEADLINE Interested sources shall submit a brief capability package by�5/26/2021 (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 beta.SAM.gov website for additional information pertaining to any potential acquisition and provide security clearances if necessary. Electronic responses are acceptable. Email electronic responses to Brandon Budman (email: brandon.budman@ssp.navy.mil) and 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 the contractor�s site.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9ac2806820b34e029b375ba7b55d5ea5/view)
- Place of Performance
- Address: Pittsfield, MA 01201, USA
- Zip Code: 01201
- Country: USA
- Record
- SN06010250-F 20210523/210521230108 (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 |