Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOURCES SOUGHT

J -- Trident II D5 Strategic Weapon System Guidance Subsystem Technical and Engineering Services

Notice Date
8/21/2020 5:33:47 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
N0003021R6004
 
Response Due
9/5/2020 2:00:00 PM
 
Archive Date
09/20/2020
 
Point of Contact
Brandon Burton, Phone: (202) 433-8419
 
E-Mail Address
brandon.burton@ssp.navy.mil
(brandon.burton@ssp.navy.mil)
 
Description
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 fixed �fee (CPFF) type contract to support Navy Strategic Missile Guidance and Reentry Subsystems.� PURPOSE OF NOTICE: This Sources Sought is being posted in accordance with DFARS 206.302 (PGI 206.302-1(d)) , which when utilizing the authority at 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.� As a result, this Sources Sought will be used as a Market Research tool to determine potential sources prior to determining the sole-source method of acquisition and any 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 prime contractors at this time. RESPONSE DEADLINE: Interested sources shall submit a capability package by�the deadline provided in this notice (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 tasking listed below and company's capability, 6) specifics addressing existing subject matter expertise of Strategic Weapon Systems Guidance and Reentry subsystems, 7) �related past performance and 8) general corporate information.� Facilities and citizen personnel must be U.S. citizens and possess a Secret Clearance or higher.� The prime contractor must also 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 this Government Point of Entry website for additional information pertaining to any potential acquisition and provide security clearances if necessary to perform the subject effort. Electronic responses are acceptable if prepared in Microsoft 2010 or newer compatible format or Adobe PDF; Email electronic responses to SSP at (email: spn309@ssp.navy.mil) with ""Sources Sought N0003021R60004"" in the subject line of the Email. PERIOD OF PERFORMANCE: The anticipated period of performance will be from 01 February 2021 through 28 February 2022.� REQUIREMENT:�� The purpose of this CPFF Development Contract is to provide SSP with: Studies, tests and simulations to mature avionics technologies in support of hypersonic weapon concept evaluations, and identify risks for existing/new flight regimes and objectives. Support for the Navy�s post Flight Experiment 1 and 2 efforts such as post-test analysis and data analysis. � Participation in the Navy/Army�s Joint Flight Campaign 1 Flight Testing efforts and data analysis, including a review of previous flight test data, future flight planning, and ground testing. � System and Component Engineering of Navigation and avionics systems using existing production hardware. � Onsite support at Sandia National Laboratories (SNL) and Kauai Test Facility (KTF), contested environment analysis, environment test and qualification execution support, laboratory test equipment support, development of test fixtures for the upgraded centrifuge test bed, and development and purchase of test equipment to support multiple test configurations. The incumbent contractor is Charles Stark Draper Laboratory, located in Cambridge, MA.� This is a follow-on Development effort to SSP Contract N0003019C0001, of which all previous efforts have been awarded on a sole-source basis.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1c9f9208f26d422f9d3666e085b3ce5a/view)
 
Place of Performance
Address: Cambridge, MA 02139, USA
Zip Code: 02139
Country: USA
 
Record
SN05769700-F 20200823/200821230208 (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.