SPECIAL NOTICE
49 -- Power Buffer Tester Refresh
- Notice Date
- 6/16/2022 1:07:11 PM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- STRATEGIC SYSTEMS PROGRAMS WASHINGTON NAVY YARD DC 20374-5127 USA
- ZIP Code
- 20374-5127
- Response Due
- 7/1/2022 1:00:00 PM
- Point of Contact
- Tasha Womack, Phone: 2024513266, Bina Russell, Phone: 2024513193
- E-Mail Address
-
tasha.womack@ssp.navy.mil, bina.russell@ssp.navy.mil
(tasha.womack@ssp.navy.mil, bina.russell@ssp.navy.mil)
- Description
- THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY. Description: Strategic Systems Program (SSP) intends to procure and award a Basic Ordering Agreement (BOA) Order under BOA N0003022G1038 to General Dynamics Mission Systems (GDMS), Pittsfield, MA to refresh the Power Buffer Tester Acceptance Test Specification (ATS), instrumentation drivers definition for the newly identified supportable test equipment, all engineering drawings for Tester Hardware Cabinet, Load Bank, Rapid Power Supply, Buffer Test Cart and External Cabling completed to a fidelity suitable for submission to SPSP and drafting. The contractor shall Refresh Test Station Characterization, both hardware and software, to support Op Proofing and provide final drawings for the Power Buffer Test Station and Load Bank. The contractor shall provide Refresh of the Power Buffer Tester Self-test Software, Self-test checker box and troubleshooting software. All efforts shall be performed in accordance with the T9001B checklist as modified 5 February 2021, Auxiliary Type, Development Column, incorporated as part of the Basic Ordering Agreement. The current proposed Period of Performance is estimated to be one base year (FY22) plus two (2) option years. This order is being awarded on a sole source basis in accordance with statutory authority permitting other than full and open competition under Title 10 U.S.C.2304(c) (1), as implemented by FAR Part 6.302-1, ""Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements."" Negotiations will be conducted with GDMS, Pittsfield, MA. GDMS is the sole manufacturer of the Trident (II) D5 Strategic Weapon System (SWS) Fire Control System and the only source with an in-depth knowledge and expertise and in-place capability to perform the required effort. Companies interested in subcontracting opportunities should contact GDMS, Pittsfield, MA, Small Business Liaison, Ms. Alexis Petro via email at alexis.petro@gd-ms.com Contracting Office Address: 1250 10th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127 PERFORMANCE LOCATION: SSP anticipates contract performance will occur primarily at the contractor�s site.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5019bdb131ed4f23adeed1af9c0ea8f8/view)
- Place of Performance
- Address: Pittsfield, MA 01201, USA
- Zip Code: 01201
- Country: USA
- Zip Code: 01201
- Record
- SN06360449-F 20220618/220616230114 (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 |