SOURCES SOUGHT
L -- Strategic Weapon Support Systems (SWSS) and Attack Weapon Support Systems (AWSS) and its training unique equipment technical engineering services.
- Notice Date
- 11/2/2017
- 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
- N0003015G0013
- Archive Date
- 12/1/2017
- Point of Contact
- Thomas A. Courtney, , Clint Sade,
- E-Mail Address
-
thomas.courtney@ssp.navy.mil, clint.sade@ssp.navy.mil
(thomas.courtney@ssp.navy.mil, clint.sade@ssp.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- *MARKET RESEARCH* SOURCES SOUGHT NOTICE FOR TRIDENT II (D5) Strategic Weapon Support Systems (SWSS) and Attack Weapon Support Systems (AWSS) and its training unique equipment technical engineering services. Th is 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 Strategic Weapon Support Systems (SWSS) and Attack Weapon Support Systems (AWSS) and its training unique equipment. The applicable NAICS code for this requirement is 541330. PURPOSE OF NOTICE: 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. RESPONSE DEADLINE: Interested sources shall submit a capability package by NOV 16, 2017 (15 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 in Navy Strategic Systems TRIDENT II Missile ERO and DASO Operations and subsystems, 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. 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 FEDBIZOPS website for additional information pertaining to any potential acquisition and provide security clearances if necessary, to perform the statement of work (SOW). Electronic responses are acceptable if prepared in Microsoft 2007 compatible format; Email electronic responses to Thomas Courtney (email: thomas.courtney@ssp.navy.mil) with "Sources Sought" in the subject line of the Email. PERIOD OF PERFORMANCE: The current proposed Period of Performance is 01 February 2018 - 31 January 2021; which may include option years for follow-on effort. REQUIREMENT: The purpose of this CPFF Technical Engineering Services Contact is to provide SSP with: Provide design, engineering, documention, manufacturing and installation of equipment alterations (SHIPALT/SPALTs), software and firmware SHIPALT/SPALTs and fault insertions. Provide interactive courseware materials and courseware installations for operations and/or maintenance of tactical and non-tactical training equipment. Provide special study analysis for programmatic issues related to advanced training and trainer planning, including manning requirements, military ratings and rates. Provide operational, maintenance and modernization support for SWS/AWS Training Facilities infrastructure (i.e. hotel services, security systems, structural, etc.). Support continuing operations as well as upgrades and maintenance activities for existing facilities. Provide design, engineering, documentation, manufacturing and installation services associated with the development of new SWS/AWS Training Facilities. PERFORMANCE LOCATION: Contracting Office Address: Thomas Courtney, 1250 10 th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127 Place of Performance : At the contractor's facility (Groton, CT).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N0003015G0013/listing.html)
- Place of Performance
- Address: Groton, Connecticut, United States
- Record
- SN04730517-W 20171104/171102231728-c3a6ad420b77a1aa34e08b5e0f38baaf (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 |