SOURCES SOUGHT
R -- Nuclear Weapon Surety Support - (Draft)
- Notice Date
- 10/21/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
- ZIP Code
- 20374-5127
- Solicitation Number
- N00030-16-R-0037
- Archive Date
- 11/19/2015
- Point of Contact
- David Schofield, Phone: 202-433-8425, Virginia S. Hennings, Phone: 202-433-8410
- E-Mail Address
-
David.Schofield@ssp.navy.mil, virginia.hennings@ssp.navy.mil
(David.Schofield@ssp.navy.mil, virginia.hennings@ssp.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This Sources Sought Notice (SSN) announcement is not restricted to Small Businesses. This notice is NOT a Request for Proposal (RFP). No solicitation exists at this time. The Strategic Systems Programs (SSP) seeks a Cost Plus Fixed Fee (CPFF) type contract for Engineering Services. The applicable NAICS code for this requirement is 541330.PURPOSE OF NOTICE: The 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 COB November 4, 2015 (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 work listed below and the company's capability, 6) related past performance, 8) general corporate information, and 9) Small Business concern eligibility.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 FEDBIZOPS website for additional information pertaining to any potential acquisition and provide security clearances, if necessary, to perform the statement of work (SOW).All key personnel under CLIN 0001 and Option CLINs require access to and the ability to produce TOP SECRET information. All key personnel under CLIN 0002 and Option CLINs require access to and the ability to produce TOP SECRET information and access to Sensitive Compartmented Information (SCI). All other personnel must have clearances that are appropriate for their assignments.Small Businesses are highly encouraged to review the requirement, and inform if they currently assess they can perform one or both of the CLINs described. Electronic responses are acceptable if prepared in Microsoft 2007 compatible format. Email electronic responses to David Schofield (email: david.schofield@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 one base year plus two option years.REQUIREMENT: See Attached SOW. The expected Level of Effort for CLIN 0001 and Option CLINs is 11,000 hours per year. The expected Level of Effort for CLIN 0002 and Option CLINs is 22,000 hours per year. The Contractor must demonstrate the capability to provide the services as detailed in the attached SOW. Therefore, responses should include addressing: CLIN 0001: SP 31 Support: A. Nuclear Weapon Surety - See Attached SOW B.Inspections - See Attached SOW C.Nuclear Weapon Incident Program Support- See Attached SOW D.Nuclear Weapons RADCON - See Attached SOW E.Clasification Management - See Attached SOW F.Working Group and Committee Executive Agent - See Attached SOW G.Nuclear Weapons Surety Training - See Attached SOW H.OSD Nuclear Matters Support - See Attached SOW CLIN 0002: Policy, planning and analytical support services for Nuclear Weapons Surety Policy: A.General - See Attached SOW B.Surety Policy Program Support - See Attached SOW C.Nuclear Weapon Surety Policy, Vulnerabilities and Countermeasures Analyses - See Attached SOW D.Nuclear Weapons Surety Programs and Studies - See Attached SOW E.NWS Program Requirements and Systems Engineering - See Attached SOW PERFORMANCE LOCATION: Primary place of performance and support shall be provided at SSP Headquarters. Travel will be required (See SOW). CONTRACTING OFFICE ADDRESS: David Schofield 1250 10th Street S.E. Suite 3600, Washington Navy Yard, 20374-5127 Contracting Office Address: Strategic Systems Programs 1250 10th Street, SE, Suite 3600 Washington, DC, District of Columbia 20374-5127 United States Primary Point of Contact.: David Schofield david.schofield@ssp.navy.mil Phone: 202-433-8425 Secondary Point of Contact: Virginia Hennings Virginia.hennings@ssp.navy.mil Phone: 202 433-8410
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-16-R-0037/listing.html)
- Place of Performance
- Address: Strategic Systems Programs, 1250 10th street SE, Suite 3600, Washington, District of Columbia, 20374, United States
- Zip Code: 20374
- Zip Code: 20374
- Record
- SN03926755-W 20151023/151021234258-59fff6c0a743ecdcaf6d158e963859c7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |