Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

L -- System Integration Support for the TRIDENT II (D5) Fleet Ballistic Missile (FBM) Program

Notice Date
2/11/2016
 
Notice Type
Presolicitation
 
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
N00030-17-Q-0001
 
Point of Contact
Emily L. Thomas, Phone: 202-433-8406
 
E-Mail Address
emily.thomas@ssp.navy.mil
(emily.thomas@ssp.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Classification Code: L099; NAICS Code: 541330 Strategic Systems Programs (SSP) intends to contract with BAE Systems Technology Solutions & Services, Inc. (BAE Systems) of Rockville, MD to provide the following services for the United States (US) and United Kingdom (UK) TRIDENT II (D5) Strategic Weapons System (SWS) programs, US SSGN Attack Weapon System (AWS), Integrated Nuclear Weapons Security System (INWSS), and future concepts: 1. System Engineering, Integration, Safety, Cyber Security, and Test including developing, reviewing, and maintaining system documentation, meeting support, and configuration management. The contractor will also develop documentation, conduct reviews, and manage processes and policies for safety and cyber security, and provide test engineering services, including weapon system support during Extended Refit Periods, Refits, and Major Maintenance Periods. 2. Engineering Refueling Overhaul (ERO) services, Data Analysis System (DAS) development and support to provide systems and field engineering services in support of the Engineered Refueling Overhaul program and a home office group of test engineers knowledgeable in assessing strategic weapon system performance. The contractor will also prepare, review, and provide documentation for ERO testing and support planning and execution meetings. The contractor will provide system engineering services for the Shipyard Integrated Test Program (SITP) data analysis system including software and hardware maintenance, data processing, and documentation maintenance. 3. Fleet documentation and training-The contractor will support Fleet Operational Training and Training Effectiveness for the Weapon Training Systems. This includes training systems development, deployment, sustainment, documentation, configuration management, and meeting support. 4. Engineering management and documentation-The contractor will provide engineering support services, including engineering and documentation reviews, meeting support, design, and development. The contractor shall provide management, training, and over site of the SSP Alteration (SPALT) program, Maintenance Applications, and Information Technology Program. The contractor shall develop, coordinate, and deliver system data, documentation, and information to support SSP programs. 5. IT support and services- The contractor shall provide technical and administrative support for the planning, budgeting, operation, monitoring, upgrade and disposal of SSP Information and Business Systems. This includes cradle to grave development and management, maintenance and upgrades, documentation, cyber security, and configuration management. The contractor shall provide process and policy management, performance and user analysis, operation support and services, training, and liaison for service providers. 6. Facility Maintenance and Support-The contractor shall provide facility maintenance monitoring systems and engineering services for Strategic Weapons Facility Atlantic (SWFLANT) and Strategic Weapons Facility Pacific (SWFPAC). This includes administering and managing maintenance programs, conducting reviews and investigations, developing reports and documentation, and conducting quality assurance. The contractor shall train and certify personnel and provide a liaison between SSP and service providers. The contractor shall provide a Trouble Call Center, Critical Spares Program, and Preventive Maintenance Plan. 7. Orientation Training-The contractor shall provide SSP employee familiarization orientation training documentation, configuration management, and program management. The period of performance will be from 01 Oct 2016 to 30 September 2017, with four one year options with a total period of performance from 01 Oct 2016 to 30 September 2021. It will also include provisions that would allow for level of effort increases up to 30%. Award will be made using other than full and open competition to BAE Systems of Rockville, MD. No Solicitation package is available. This NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITVE PROPOSALS. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. All responses must be received within fifteen days from the date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-17-Q-0001/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04018375-W 20160213/160211234854-e3cbdee85171ac0afed14b9028cb7d88 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.