SOURCES SOUGHT
R -- Technical, Program Management and Business and Financial support services
- Notice Date
- 1/26/2018
- 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
- N00030-19-Q-0032
- Archive Date
- 2/24/2018
- Point of Contact
- Lucas M. Medlock, Phone: 2024338403, Clint Sade, Phone: 202-433-8426
- E-Mail Address
-
lucas.medlock@ssp.navy.mil, clint.sade@ssp.navy.mil
(lucas.medlock@ssp.navy.mil, clint.sade@ssp.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- "MARKET RESEARCH" N00030-19-Q-0032 This is a SOURCES SOUGHT notice. This notice is NOT a Request for Proposal (RFP). No solicitation exists at this time. 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. 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 listed draft performance work statement (PWS) or statement of work (SOW). REQUIREMENT : Strategic Systems Programs (SSP) seeks a contract for the requirement effort to provide Technical, Program Management and Business and Financial support services for the: (1) U.S. COLUMBIA Class Submarine joint U.S./United Kingdom (UK) Common Missile Compartment (CMC) Program, (2) D5 Life Extension (D5LE) Program, (3) SSP Facilities Management, Activation and Assessment Support, and (4) SSP System Safety and Integrated Product Team (IPT) Support. For the COLUMBIA Class CMC Program (1), the effort will be in support of the re-hosting and integration of the TRIDENT II (D5) Submarine Launched Ballistic Missile (SLBM), Strategic Weapon System (SWS), its subsystem and components, and for special projects and analysis involving program strategies, new and existing nuclear and conventional strike technologies and deterrence concepts and life cycle support concepts for the U.S. COLUMBIA Class SSBN platform joint U.S./UK CMC. Efforts will include systems engineering and analyses, independent studies, technology and engineering evaluations, design documentation development, technical, operational, and programmatic trade studies, participation in working groups and design-build-sustain teams, resource management, program development, acquisition planning, costing summaries, and business case analyses. For the D5LE Program (2), the effort will include, conduct of an independent review of D5LE SLBM governing design documents to assure compliance with the Strategic Weapon System, SSP, and higher-level requirements and initiatives and provide independent technical, schedule, cost, risk assessments as well as assist in the development of mitigation strategies, implementation plans, and participation in program design reviews. Efforts will include systems engineering and analyses, independent studies, technology and engineering evaluations, design documentation development, technical, operational, and programmatic trade studies, participation in working groups and design teams, resource management, program development, acquisition planning, costing summaries, and business case analyses. For Facilities Management, Activation and Assessment Support (3), the effort will include, program management and technical support to coordinate management of long-term facility plans for infrastructure activation, maintenance, sustainment, Special Projects, and MILCON projects in the form of requirements review, data collection, evaluation, assessment, policy development and reporting as well as development and maintenance of Program Plans, Plan of Action and Milestones (POA&M), root cause analysis and corrective action implementation, documenting and tracking finding and recommendations and participation in technical meetings, telecons, and video teleconferences (VTCs). For System Safety and Integrated Product Team (IPT) Support (4), this effort will include the analysis and assessment of hazards associated with the Strategic Weapon System (SWS) and Security Systems and integration thereof, which includes the identification of hazards, the full hazard assessment, the recommended mitigation of the hazards, which includes all supporting analysis and assessment of risk and the tracking and closure of residual risk. This effort will also include the development of systems safety requirements, independent review of documentation, support of critical design milestone reviews, and assisting in the authoring and timely routing of safety related documentation. The Contractor shall have a facility clearance of TOP SECRET. PERIOD OF PERFORMANCE: Performance is estimated to begin on First Quarter FY2019 and consist of one base year plus four (4) option years. RESPONSE DEADLINE: Interested sources shall submit a capability package by COB February 9, 2018 (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 above including a current list of related past performance within the past 5 years. Electronic responses are acceptable if prepared in Microsoft 2010 or forward compatible format. Adobe PDF is also acceptable. Email electronic responses to Lucas Medlock (email:lucas.medlock@ssp.navy.mil) and Clint Sade (email: Clint.sade@ssp.navy.mil) with "Sources Sought" in the subject line of the email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-19-Q-0032/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
- SN04801455-W 20180128/180126231201-ef85bf91d1f370a589fa6f5ef9c43b08 (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 |