SOURCES SOUGHT
14 -- FY22 US Weapon Control Systems Spares and Special Support Equipment
- Notice Date
- 2/22/2022 4:51:38 PM
- 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
- N0003022G1038P231
- Response Due
- 3/1/2022 1:00:00 PM
- Point of Contact
- Tasha Womack, Phone: 2024513266, Bina Russell, Phone: 2024338404
- E-Mail Address
-
tasha.womack@ssp.navy.mil, bina.russell@ssp.navy.mil
(tasha.womack@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 US Weapon Control Systems Spares and Special Support Equipment spare parts listed as deliverables for the Fire Control Systems (FCS), Auxiliary Systems (AS) including the Strategic Weapons System Maintenance Information Network (SWSMIN), Electronic Work Log (EWL) and associated Fire Control Support Equipment(ELINs A001-A012). All effort shall be performed in accordance with the T9001B checklist as modified 5 February 2021, Fire Control Type, Operational Support Column, incorporated as part of the Basic Ordering Agreement. List of ELINS ELIN�� �Ident.� � � � � � �Description� � � � � � � � � � � � � � � � � � � � � � � �QTY�� �U/M�� �Delivery Date A001�� �7101977-1�� �COVER, 101 CONSOLE PLEXIGLASS�� �15� � � � EA�� �18 Months ARO A002�� �7128438-1�� �CASE, 20"" LCD� � � � � � � � � � � � � � � � � � � � � 25� � � � EA�� �18 Months ARO A003�� �7137655-1�� �MEDIA ENCLOSURE UNIT� � � � � � � � � � � � 3� � � � �EA�� �18 Months ARO A004�� �7137679-1�� �DISPLAY, 20""� � � � � � � � � � � � � � � � � � � � � � � 20� � � �EA�� �18 Months ARO A005�� �7137903-1�� �NTI MODULE� � � � � � � � � � � � � � � � � � � � � � � 10� � � �EA�� �18 Months ARO A006�� �7138265-1�� �COMMON CPU� � � � � � � � � � � � � � � � � � � � � � 8� � � � EA�� �18 Months ARO A007�� �7138453-1�� �SSBN NETWORK SWITCH� � � � � � � � � � � � 10� � � �EA�� �18 Months ARO A008�� �7138800-001�� �SPSA MODULE� � � � � � � � � � � � � � � � � � � � 6� � � �EA� � �18 Months ARO A009�� �FY12MM13691�� �FOAM CUSHION 2# PCF� � � � � � � � � � 10� � � �EA� � 18 Months ARO A010�� �FY14MM16772�� �FOAM, CAL PLATE (TOP)� � � � � � � � � � 10� � � �EA�� �18 Months ARO A011�� �FY16ME18012�� �DATA TRANSPORT SYSTEM� � � � � � � �10� � � �EA�� �18 Months ARO A012�� �FY17MM19464�� �TIP CONTAINER FOAM� � � � � � � � � � � �20� � � �EA�� �18 Months ARO D. �RESPONSE DEADLINE Interested sources shall submit a brief capability package by 1 March 2022 (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 Tasha Womack (email: tasha.womack@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://sam.gov/opp/885b65a8ae954759a5b5395ef5f9c098/view)
- Place of Performance
- Address: Pittsfield, MA 01201, USA
- Zip Code: 01201
- Country: USA
- Zip Code: 01201
- Record
- SN06248625-F 20220224/220222230109 (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 |