SOURCES SOUGHT
12 -- US01 Spares
- Notice Date
- 8/10/2022 9:24:23 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
- N0003020C0003P00TBD2
- Response Due
- 8/16/2022 2:00:00 PM
- Point of Contact
- Tasha Womack, Phone: 2024513266, Bina Russell, Phone: 2024513193
- E-Mail Address
-
tasha.womack@ssp.navy.mil, bina.russell@ssp.navy.mil
(tasha.womack@ssp.navy.mil, bina.russell@ssp.navy.mil)
- Description
- SOURCES SOUGHT NOTICE IAW PGI 206.302-1, 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 IS NOT A REQUEST FOR PROPOSAL.� REQUIREMENT�� Strategic Systems Programs (SSP) requires the following under existing contract N0003020C0003: Build, inspect, test and deliver one (1) SSBN-R Land Based On Board Repair Part (OBRP) Kit (US Kings Bay 1 TTF). Build, inspect, test and deliver one (1) SSBN-R Land Based Checkout Spares Kit (US Kings Bay 1 TTF). Build, inspect, test and deliver one (1) SSBN-R US Supply System Spares Kit (Increment 1). Build, inspect, test and deliver one (1) SSBN-R OBRP Kit (US SSBN 1). Build, inspect, test and deliver one (1) SSBN-R Ready Spares Kit (US SSBN 1). Build, inspect, test and deliver one (1) SSBN-R US Supply System Spares Kit (Increment 2). Pack kits for shipment to the installation site per SPALT 30365 (SSBN FIRE CONTROL REPLACEMENT SYSTEM). RESPONSE DEADLINE Interested sources shall submit a brief capability package by�1700 Eastern Daylight Time on August 16, 2022 (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 above and the company's capability, 6) specifics addressing existing subject matter expertise of Strategic Weapon Systems Fire Control Systems, 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 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 at tasha.womack@ssp.navy.mil and Bina Russell at bina.russell@ssp.navy.mil, respectively, 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 in Pittsfield, Massachusetts.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/03ebe4827b3d4f3faaa03d583a6eb662/view)
- Place of Performance
- Address: Pittsfield, MA 01201, USA
- Zip Code: 01201
- Country: USA
- Zip Code: 01201
- Record
- SN06422276-F 20220812/220810230125 (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 |