SOURCES SOUGHT
H -- FY18/FY19 TRIDENT II (D5) STRATEGIC WEAPON SYSTEM (SWS) NAVIGATION (NAV) SUBSYSTEM PROGRAM TECHNICAL ENGINEERING SERVICES (TES) AND FLEET SUPPORT - CLIN and Statement of Work Information
- Notice Date
- 1/6/2017
- 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
- 317FSPN10
- Archive Date
- 2/4/2017
- Point of Contact
- Peter McCorkle, Phone: 2024339514, Clint Sade, Phone: 2024337655
- E-Mail Address
-
peter.mccorkle@ssp.navy.mil, clint.sade@ssp.navy.mil
(peter.mccorkle@ssp.navy.mil, clint.sade@ssp.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- GENERAL: 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 for SWS NAV subsystem program technical engineering and fleet support. This effort is a follow-on and inextricably linked to the efforts currently supported under SSP NAV TES contract N00030-16-C-0002 and NAV Development contract N00030-16-C-0045 with Lockheed Martin Corporation (CAGE: 56232). The applicable NAICS code for this requirement is 541330. The intended Product Service Code (PSC) is H914. PURPOSE OF NOTICE: This Sources Sought Notice is issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Subsection 206.302-1(d) (Procedures, Guidance, and Information (PGI) 206-302-1(d)) Limitations, which stipulates that when utilizing the authority at Federal Acquisition Regulation (FAR) 6.302-1, the contracting officer shall post a request for information or a sources sought notice, and shall include the results of this inquiry in the justification required by FAR 6.303. The Sources Sought is therefore 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. SSP is only requesting capability statements from potential contractors at this time. RESPONSE DEADLINE: Interested sources shall submit a capability package by January 20, 2017 (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 System Integration Support for the TRIDENT D5 FBM Navigation subsystem program, 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 FEDBIZOPS website for additional information pertaining to any potential acquisition and provide security clearances if necessary, to perform the Draft Statement of Work (SOW). Electronic responses are acceptable if prepared in Adobe PDF or Microsoft 2007/forward compatible format; Email electronic responses to Peter McCorkle (email: peter.mccorkle@ssp.navy.mil) with "Sources Sought Nav TES Subsystem" in the subject line of the Email. PERIOD OF PERFORMANCE: The current draft SOW is estimated to include one base year plus one option year, for a total period of performance, including all level-of-effort (LOE) and completion efforts, starting October 1, 2017 through August 31, 2020. REQUIREMENT: The purpose of this CPIF/CPFF Services Contact is to provide SSP with the following supplemental technical engineering support services for the United States (US) and United Kingdom (UK) TRIDENT II (D5) Strategic Weapons System (SWS), Navigation Subsystem (NAV). Specific efforts include U.S. and U.K. fleet support; U.S. and U.K. trainer systems support; Ohio-class SSBN engineered refueling overhauls; U.S. and U.K. SSI4 trainer system; U.K. Successor support, software modernization; and Linked Autonomous Program Navigation Operational Trainer modernization (see attached SOW for extensive list of requirements). Place of performance is at contractor's facility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/317FSPN10/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
- SN04365438-W 20170108/170106233941-c0db10df1b51e139c6f8c2fe67b56eb3 (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 |