Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2015 FBO #4807
SOURCES SOUGHT

R -- Intermediate Range Conventional Prompt Global Strike Program Management and Aerospace/Systems Engineer Services

Notice Date
1/20/2015
 
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
N00030-15-R-0030
 
Archive Date
2/19/2015
 
Point of Contact
Alexander Miller, Phone: 202-433-8429
 
E-Mail Address
Alexander.Miller@ssp.navy.mil
(Alexander.Miller@ssp.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Classification Code R-Professional, Administrative and Management Support Services 2.0 NAICS Code 541330 3.0 Contracting Office Address Strategic Systems Programs (SSP) 1250 10th Street, Suite 3600 Washington DC 20374 4.0 Synopsis SSNs are issued to assist the Agency in performing market research to determine industry interest and capability. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS REQUEST FOR INFORMATION. 5.0 Purpose In accordance with FAR Part 10, SSP is conducting market research to identify businesses capable of performing the required technical & programmatic support identified in paragraph 6 below. SSP is seeking White Paper capability statements which identify vendor's current capabilities to perform/execute the requirements identified in Section 6 and who meet the minimum qualifications identified in Section 7. 6.0 Description of Requirements The contractors' prime responsibility will be to provide engineering support to the Navy's Intermediate Range Conventional Prompt Global Strike (IRCPGS) Program Manager and the Navy Conventional Prompt Global Strike (CPGS) Program Office. The Navy IRCPGS team is part of the Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics (OUSD (AT&L)) Defense Wide Account (DWA) responsible for developing an advanced hypersonic weapon capability to support the war fighter. The Navy will be conducting their first flight experiment (FE-1); all tasks contained herein are in support of the planned Navy test. 6.1 Technical and Functional Support Services: 6.1.1 Assess IRCPGS weapon system concept performance and effectiveness studies to understand technical trade space, identify technical challenges/risks, and evaluate mitigation strategies in support of making recommendations to SSP and government program management. 6.1.2 Conduct technical reviews of missile and launcher concept designs, to include development of technical and programmatic standards needed in support of sponsor assessment efforts and general requirements definition for a family of weapons. 6.1.3 Plan future phases of IRCPGS concept development work, such as development/prototype testing for missile and launcher concept designs. 6.1.4 Refine the Flight Experiment-1 (FE-1) operational concept to aid in flight test planning, preparation, and evaluation of potential future flight test range architectures, with tasking carrying into potential follow-on tests (FE-2). Efforts executed within this activity will include: • Support of FE-1 Flight Test range and range asset coordination efforts, to include collaboration with other IRCPGS team members • Support of related IRCPGS programmatic and technical interchange meetings, as assigned • Evaluation/re-evaluation of flight test architectures as new capabilities are identified or developed 6.1.5 Support Conventional Prompt Global Strike (CPGS) Propulsion, Aerodynamic, Modeling and Simulation, Test and Evaluation (T&E), Navigation Guidance and Control (NG&C), and Warhead working groups for common technology development, demonstration activities, and technology roadmap development, as requested by the Sponsor. 6.1.6 Provide technical input and counsel to IRCPGS strategic planning and communications initiatives including: • Analysis and evaluation support of on-going IRCPGS activities, program testing, engineering and technology efforts • Assessments in support of strategic reviews and policies • Assessments of IRCPGS weapon concept options to defeat and/or disrupt representative target sets • Identification and assessment of IRCPGS mission enablers • Evaluation of the impact of foreign activities and intelligence on IRCPGS concept development and to include the exploitation of foreign language open source material 6.1.7 Provide technical support, at multiple locations, for IRCPGS systems engineering and FE-1 planning. Locations include but are not limited to Washington Navy Yard, The Pentagon, and IRCPGS team facilities. 6.1.8 Coordinate with IRCPGS team participants, including Sandia National Laboratory (SNL), Lawrence Livermore National Laboratory (LLNL), Charles Stark Draper Laboratory (CSDL), Johns Hopkins University/Applied Physics Laboratory (JHU/APL), Naval Surface Warfare Center (NSWC) Dahlgren, NSWC Crane, NSWC Re-Entry Systems Office, U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT), U.S. Army Aviation and Missile Research Development and Engineering Center (AMRDEC), U.S. Air Force Space and Missile Center (USAFSMC), Pacific Missile Range Facility (PMRF), Reagan Test Site (RTS), Office of the Secretary of Defense (OSD), U.S. Strategic Command (STRATCOM) and Combatant Commander Staffs, as required, to execute tasking. 7.0 Minimum Qualifications All personnel assigned to a contract must have a DOD security clearance at the SECRET level. Must have extensive experience in the following areas: • Leading technology developments through major milestone decisions • Aerospace engineering with emphasis in flight, test, and evaluation of experimental pre-development systems • Program management of defense weapon systems supporting multiple services 8.0 White Paper Response Submittal Requirements White Papers shall be submitted in Microsoft Word for Office 2000 compatible format or PDF format and are due no later than 4 February 2015, 12:00pm EST. The White Papers shall not exceed five (5) pages in total, using 12-point Times New Roman and 1" margin and shall be submitted via e-mail to Alexander Miller at alexander.miller@ssp.navy.mil All White Paper submittals shall also include the following information, which is not included in the five (5) page limit: 1) Company Administrative Information a) Company Name: b) Company Point of Contact (email and phone) and Title: c) Company Address: d) DUNS No: e) Cage Code: 2) Identify any current GSA/GWAC contract you currently possesses which can potentially fulfill this requirement. 9.0 SSN Disclaimer This SSN is issued solely for Market Research purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This SSN does not commit the Government to solicit or award a contract for any support service. 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 White Paper response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-15-R-0030/listing.html)
 
Place of Performance
Address: District of Columbia, United States
 
Record
SN03620257-W 20150122/150120234642-135a494a038a12dba3826f5cac5fc153 (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 |
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.