Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2022 SAM #7434
SOURCES SOUGHT

J -- TRIDENT II (D5) Guidance, Navigation and Control

Notice Date
4/6/2022 11:23:42 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
N0003023R6004
 
Response Due
4/21/2022 2:00:00 PM
 
Point of Contact
Paul Sheffield
 
E-Mail Address
paul.sheffield@ssp.navy.mil
(paul.sheffield@ssp.navy.mil)
 
Description
This is a SOURCES SOUGHT notice. This notice is NOT A Request for Proposal (RFP). No solicitation exists at this time. The Strategic Systems Programs (SSP) seeks a cost plus incentive fee (CPIF) and cost plus fixed fee (CPFF)� type contract to support Navy Strategic Missile Guidance and Reentry subsystems. The applicable NAICS code for this requirement is 541330. PURPOSE OF NOTICE: This Sources Sought is being used as a Market Research tool to determine potential sources prior to determining the method of acquisition and issuance of a possible RFP. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. We are only requesting capability statements from potential contractors at this time. RESPONSE DEADLINE: Interested sources shall submit a capability package by April 20, 2021 (15 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 below and company's capability, 6) specifics addressing existing subject matter expertise of Strategic Weapon Systems Guidance and Reentry subsystems, 7) related past performance and 8) general corporate information. Facilities and US citizen personnel must have a Secret Clearance or higher, and be International Traffic in Arms Regulations (ITAR) compliant. In addition, prospective sources should be able to receive, generate, modify and store classified documentation. Responders� should� indicate which portions of their response are proprietary and should mark them accordingly. Failure to provide a response does not preclude participation in any possible future competitive RFP for which a business is eligible to participate in, if any is issued. It is the responsibility of the interested businesses to monitor the beta.SAM website for additional information pertaining to any potential acquisition and provide security clearances if necessary, to perform the statement of work (SOW). Electronic responses are acceptable if prepared in Microsoft 2010 compatible format; Email electronic responses to Paul Sheffield (email: paul.sheffield@ssp.navy.mil) with ""Sources Sought"" in the subject line of the email. PERIOD OF PERFORMANCE: The current proposed Period of Performance is estimated to be two years. REQUIREMENT: The purpose of this CPIF/CPFF Services Contract is to provide SSP with: Provide specialized expertise in and perform research in the application of technologies to support TRIDENT II (D-5) Guidance and Reentry Systems. Applicable technologies include but are not limited to strategic grade radiation hardened inertial sensors (accelerometers, gyroscopes, etc.), radiation hardened stellar imaging sensors, strategic grade radiation hardened electronics (memory, processors, etc.), and a secure and radiation hardened communications and timing architecture. Provide support services relating to the design and development efforts, provide support to enable future TRIDENT II (D-5) Guidance and Reentry Subsystem Guidance, Navigation, and Control (GN&C) technologies including documentation, and HW and/or SW kits (including associated documentation and services). PERFORMANCE LOCATION: Contracting Office Address: Paul Sheffield, 1250 10th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127 Place of Performance: At the contractor's facility.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4e20675de6e4a4dacaea2b6b4eeaa30/view)
 
Place of Performance
Address: Cambridge, MA 02139, USA
Zip Code: 02139
Country: USA
 
Record
SN06291441-F 20220408/220406230108 (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.