Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
SOURCES SOUGHT

99 -- Engineering and Analysis Support Services � N00030-21-R-0006

Notice Date
3/13/2020 8:02:53 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
N00030-21-R-0006
 
Response Due
3/13/2020 9:00:00 AM
 
Archive Date
03/28/2020
 
Point of Contact
Mamiko Jackson, Phone: 2024338430
 
E-Mail Address
mamiko.jackson@ssp.navy.mil
(mamiko.jackson@ssp.navy.mil)
 
Description
Synopsis This SOURCES SOUGHT NOTICE (SSN) is issued to assist the Agency in performing market research to determine industry interest and capability. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Purpose In accordance with FAR Part 10, SSP is conducting market research to identify businesses capable of providing Engineering Services. 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.� This requirement is for a potential FY21 procurement involving Launcher Systems Engineering, Columbia Dreadnaught Launcher Program (CDLP), Support Equipment Overhaul, and Project Management Office Support. REQUIREMENT: The Contractor must demonstrate the capability to provide the services as detailed below.� This list is not all inclusive. 1.����������� Strategic Weapons Systems (SWS) Launcher Subsystem ��������������� a.����������� Deployed System: program plans, policies and procedures ��������������� b.����������� Columbia/Dreadnought Launcher Program: equipment, components, technical�documentation 2.����������� On-site support capabilities at Washington, DC; Sunnyvale, CA; Crane, IN; Cape Canaveral, FL; �� Strategic Weapons Facility Atlantic (SWFLANT) Kings Bay, GA; and Strategic Weapons Facility ������������ Pacific (SWFPAC) Bangor, WA, SPF (B) PMO Magna, Utah and (DDC) Denver, CO 3.����������� System Engineering and Project Management support experience 4.����������� Information Assurance knowledge and experience 5.����������� Documentation and information management knowledge and experience 6.����������� Flight Test Instrumentation (FTI) Planning and Support 7.����������� Spectrum Allocation and Frequency Assignment Support 8.����������� Trident II D5 Life Extension Two (D5LE2) Support 9.����������� D5 SLBM Weapon System Flight Test Operations Support Capability Package Submittal Requirements Interested sources shall submit a capability package in Microsoft Word (compatible format) or PDF format that is restricted to no more than five (5) 8.5 X 11 inch pages, in Times New Roman font no smaller than 10 point. Packages are due no later than Friday, 30 March 2019, 1200 (EST) and shall be submitted via e-mail to Mamiko Jackson at mamiko.jackson@ssp.navy.mil ALL submittals shall include the following information: --Company Administrative Information, including: --Company Name; --Company Point of Contact (email and phone) and Title; --Company Address; --DUNS No; and --CAGE Code -Under which NAICS code(s) do you currently provide similar services? -Identify your small business socio-economic status (if applicable). -Specifics addressing the subject matter expertise, capability, and experience with regard to the products and services described above. -Related past performance 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 https://beta.sam.gov/ website for additional information pertaining to any potential acquisition. SSN Disclaimer This SSN is issued solely for Market Research purposes. It does not constitute a Request for Proposal/Quote (RFP/RFQ) or a promise to issue an RFP/RFQ in the future. This SSN does not commit the Government to solicit or award a contract for this requirement. The information provided in the SSN is subject to change and is not binding on the Government. Responders are advised that ALL costs associated with responding to this SSN will be solely at the interested parties expense and the U.S. Government will not pay for any information or costs incurred or associated with submitting an SSN Capability Response. Primary Point of Contact.: Mamiko Jackson, Contract Specialist mamiko.jackson@ssp.navy.mil Phone: 2024338430 Contracting Office Address: Strategic Systems Programs 1250 10th Street, SE, Suite 3600 Washington, DC, District of Columbia 20374-5127 United States Place of Contract Performance: Strategic Systems Programs (SSP) 1250 10th Street, SE Washington, District of Columbia 20374 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0557d0c05c144c179260990a59c22a74/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN05588956-F 20200315/200313230145 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.