MODIFICATION
H -- FY25 Flight Test Instrumentation (FTI), Development, Production, Support and Installation (SSN Rev 1)
- Notice Date
- 8/2/2024 11:36:08 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
- N00030-22-R-2001-NP3-Rev1
- Response Due
- 8/17/2024 2:00:00 PM
- Archive Date
- 09/01/2024
- Point of Contact
- Contracting Officer, Phone: 2024513259, Contracting Officer
- E-Mail Address
-
SPN206@ssp.navy.mil, spn20@ssp.navy.mil
(SPN206@ssp.navy.mil, spn20@ssp.navy.mil)
- Description
- DISCLAIMER THIS SOURCES SOUGHT 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION SOURCES SOUGHT NOTICE IAW PGI 206.302-1, SSP is currently conducting market research to identify any other potential and eligible vendors capable of fulfilling the requirements described in paragraph C below.�NOTE:�The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.�THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� REQUIREMENT�� The contractor must demonstrate capability to support the high-level requirements as detailed below. This is not all-inclusive: SSP requires follow-on engineering services support for U.S. Navy SSP-owned Flight Test Instrumentation (FTI) systems operated in support of SSP Trident II Flight Tests and SSP Conventional Prompt Strike (CPS) flight tests. SSP requires maintenance, operation, sustainment, logistics support and life cycle management for the FTI systems to ensure the highest availability and maximum data collected during flight tests. SSP also requires development, design, delivery, and verification of a ship-based telemetry C-band Radar compatible with installation on a T-AGS 60 or similar class ship with roll-on and roll-off capability and functional on a land-based site. SSP also requires development, design, delivery, and verification of a ship-based communication and data transfer system compatible with installation on a T-AGS 60 or similar class ship with roll-on and roll-off capability. This system will need to interface with various other ship-based systems to include RADAR, and Optical and telemetry systems. This system must be suitable for USAF Sentinel flight tests in the broad ocean area. Additional requirements include program management administrative engineering and operation support for services relating to design and development efforts, documentation, logistics, engineering, field engineering, hardware and software SPALT kits. Development and delivery of an integrated master schedule in accordance with the installation working group, to include installation and testing applicable SPALTs as defined in the program plan, for the Fire Control System (FCS) SDS, to include system software, hardware, fleet documentation and deliver applicable reports Specialized Engineering Services and support for the Shipboard Data System (SDS) and any related support equipment. Development of SPALT Proposals and support for SDS Seaware Applications. Support the Shipboard Systems Modernization (SSMP) operational installations and deployment of the SDS, provide site support integration with the shipyard, conduct and support approved Shipyard Integrated Test procedures, perform engineering and operation support, and perform on-site support as defined in applicable Ordnance Documents (ODs), Program Plans, and technical management documents. Continue development and mature elements of the resilient common infrastructure system which make up the core architecture, to include application support, computing platform, network infrastructure services, edge security in support of application software, sensor effectors as decomposed to a lower level function such as trusted middleware, operating system, resilient computing software, data protection, network switch, and other hardware/software components as part of the overarching common infrastructure. Mature and demonstrate architecture concepts to meet lower level decomposed functions using simulations and prototype hardware and software.� Provide systems engineering analysis and deliver trade studies in accordance with established SSP ODs and Systems Engineering Plan with the utilization of model based engineering methodologies to further define, enable and demonstrate a flexible, resilient computing and networking infrastructure for current and future shipboard data systems. The contractor shall also deliver Specialized tactical Engineering Services and Logistics services to install, troubleshoot and test SDS across both U.S. and UK SSBNs. Develop and deliver the Strategic Systems Programs D5LE2 design items in accordance with established ODs, Program Plans and applicable Systems Engineering Plan, and the established technical program management plan. Provide specialized systems engineering services in support of D5LE2 Systems Engineering Group (SEG) and systems engineering analysis to support Strategic Weapon System (SWS) trade studies, including decomposition of system requirements specifications, allocated ASRS, development of a tactical capabilities roadmap complete with steps and risks needed to deliver a concept to full capability. RESPONSE DEADLINE Interested sources shall submit a brief capability package by April 1, 2024 (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 above and the company's capability, 6) specifics addressing existing subject matter expertise of the Trident II (D5) Program and capability to perform this requirement, 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.�Team partnerships and arrangements/agreements are acceptable. Responders shall indicate which portions of their response are proprietary and should mark them accordingly.�It is the responsibility of the interested businesses to monitor the�SAM.gov website for additional information pertaining to any potential acquisition and provide security clearances if necessary. Electronic responses are required. Email electronic responses to the Contracting Officer (email: SPN206@ssp.navy.mil) with ""Sources Sought"" in the subject line of the email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c08a76fc7d8248edaa791958c21fa5e3/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07154218-F 20240804/240802230115 (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 |