SOURCES SOUGHT
A -- NAVY CONVENTIONAL PROMPT STRIKE WEAPON SYSTEM
- Notice Date
- 9/28/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- 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
- N00030-19-R-0025
- Archive Date
- 10/30/2018
- Point of Contact
- Michael McLaughlin,
- E-Mail Address
-
michael.mclaughlin@ssp.navy.mil
(michael.mclaughlin@ssp.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE (SSN). This is NOT a Request for Proposal (RFP). No solicitation exists at this time. This SSN is issued pursuant to Federal Acquisition Regulations (FAR) 10.001(a)(2)(i) and (3)(i). The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. By this notice, Strategic Systems Programs (SSP) is only requesting capability statements from potential contractors. SSP is currently assessing the means to implement the goals set in the FY18 National Defense Authorization Act (NDAA) for rapidly developing and prototyping a Navy Conventional Prompt Strike (CPS) Weapon System (WS) for integration into and tactical deployment on sea-based launch platforms to meet a time-critical national need. The Navy CPS WS will consist of the following primary subsystems: •· Large-diameter (>30 inches) All Up Round (AUR) [encapsulated missile with a Hypersonic Glide Body (HGB)]. •· Weapon Control System (WCS) for Fire Control. •· Advanced Payload Module (APM) with AURs in a three-pack configuration. The APM interfaces the AUR to the host platform and includes a support structure, protection, compressed air ejectors, and environmental control not provided by the host platform. •· Shipboard Information System (IS) to provide technical documentation, training, data logs, other technical information onboard the host platform, and potential interfaces to offboard support systems. Large-scale WS integration program management expertise and comprehensive technical expertise in systems engineering, design, development, integration, testing, verification and validation (V&V), logistics, and prototype and production manufacturing/assembly will be required for the execution of the Navy CPS WS Program. SSP is seeking input from Industry to determine if there are sources with the facilities and proficiency required for executing the following capabilities to satisfy this urgent national need : •· Serve as the prime program manager and systems integrator for all elements of the Navy CPS WS, including providing innovation and flexibility to manage required personnel and resources necessary for adapting to rapidly evolving workload requirements and schedule, as well as managing performance, risks, and data in a complex contracting environment with subcontracts and teaming agreements to develop, integrate, and produce the Navy CPS WS to meet the Government's requirements. •· Ensure the design, manufacture, integration, and installation of the Navy CPS WS is completed safely and with minimal impact to the infrastructure and operations on sea-based launch platforms within the schedule delineated in the FY18 NDAA. •· Rapidly design, develop, manufacture, deliver, and integrate Navy CPS WS preproduction prototype hardware/software (HW/SW) and production HW/SW for the primary subsystems listed above as well as the following: •- Design and develop the Navy CPS WS to safely and reliably deploy in underwater environments. •- Design and develop the Navy CPS WS to incorporate operational Concept of Operations (CONOPs) considerations that integrate with command authority, host platforms, and facilities/ports. •- Design and develop precision-guided, maneuvering hypersonic vehicles, which include warhead payloads with custom fuzing, capable of atmospheric reentry and near-zero Circular Error Probable (CEP) impact accuracy. •- Design and develop Inert Test Vehicles (ITVs), simulators, instrumentation/data recording, and test support equipment required to conduct necessary testing. •- Design and develop necessary Packaging, Handling, Storage, and Transportation (PHS&T) support equipment. •- Design and develop modeling and simulation tools for a complex WS. •· Identify existing facilities for manufacturing, assembly, and component, subsystem, and system integration, qualification, production, and flight testing required for the Navy CPS WS Program. •· Develop and conduct verification activities; component, subsystem, and system qualification and integration tests; land-based and submerged [Underwater-Launched (UWL)] APM tests; and land-based and submerged flight tests to verify all elements of the Navy CPS WS meet functional, interface, environmental, performance, and safety requirements for deployment. •· Produce a fully integrated, cohesive, and coordinated set of technical, training, and procedural documentation (both electronic and paper) for Government and Industry engineering facilities, as well as for pertinent field, fleet, and shore activities. These potential efforts do not reflect any endorsement by the Department of Defense nor do they reflect any policy considerations that may apply to any given concept (e.g., basing arrangements, treaty compliance, etc.). This SSN and related information will be available only through the Internet at the FedBizOpps (FBO) website (https://fbo.gov). The Government will not provide information in response to any written, telephone, or facsimile requests. The FBO website provides downloading instructions. Distribution of all future information about this SSN will be through the FBO website. Interested parties are responsible for monitoring the FBO website to assure they have the most up-to-date information on this notice. Please visit the FBO website and FAQs for information and assistance regarding any downloading or other FBO-related issues. SSN-1 SSN RESPONSE REQUIREMENTS SSN-1.1 General. Interested parties shall submit one white paper that demonstrates their capabilities and experience to design, build, integrate, test, prototype, and produce a Navy CPS WS to meet a time-critical national need. Failure to provide a response does not preclude participation in any possible future RFP, if issued. SSN-1.2 Page Format. Responses shall be submitted in Microsoft Word 2010-compatible format or Adobe Acrobat Portable Document Format (PDF) and reference: N00030-19-R-0025 - SSN NAVY CPS WS. Page size must be 8.5 x 11 inches. The top, bottom, and side margins must be at least 1 inch. Pages must be numbered sequentially. The text must be no less than 12 points and use Times New Roman font. SSN-1.3 Page Limitations. The white paper shall not exceed 10 single-sided pages. Each page must be counted except for the following: •· Cover Page •· Company Information •· Size Status SSN-1.4 Organization. Documentation shall be organized into the following sections: •· Capabilities-This section should succinctly address the contractor's ability to manage the types and magnitude of tasking, technical ability to perform the task, and the capacity to conduct the requirements of the task. •· Experience-This section should include specific demonstrated capabilities, knowledge, and experience for each capability. •· Schedule · Company Information •- Company Name •- Company Primary and Alternate Points of Contact (title, email and phone) •- Company Address •- DUNS Number •- Cage Code · Size Status SSN-1.5 Classification. Interested parties must ensure responses are unclassified and appropriately marked. SSN-1.6 Deadline. Interested parties shall submit one electronic response via email by 3:00pm (Eastern Daylight Time) on 15 October 2018, to michael.mclaughlin@ssp.navy.mil. Subject line of the email shall reference: N00030-19-R-0025 - SSN NAVY CPS WS. SSN-2 SSN REQUIREMENT SSN-2.1 Period of Performance. To meet a time-critical national need, provide estimated timeframe, including key assumptions and planning factors, from contract award to first pad-launched missile prototype flight test (with Government-furnished HGB) and to first sea based-launched prototype flight test. SSN-2.2 Capabilities. The white paper should include a brief company introduction and details of the company/organization, including any potential teaming approach. Additionally, interested parties shall identify if their company has the capability to be a prime contractor or if it is only interested in subcontracting opportunities. SSN-2.3 Experience. Interested parties must identify any demonstrated expertise and previous experience that can be directly applied to the development and evaluation of Navy CPS WS capabilities. SSN-2.4 Estimated Cost/Price. No estimated cost or price is requested at this time. This SSN will help the Government determine if there are sources capable of satisfying its potential requirements. SSN-2.5 Place of Performance. Place of performance is anticipated to be the Contractor's location/Government-approved facility. SSN-3 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 offers or award a contract. The information provided in this SSN is subject to change and is not binding on the Government. Respondents 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 a response to this SSN.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-19-R-0025/listing.html)
- Place of Performance
- Address: Strategic Systems Programs (SSP), 1250 10th Street, Suite 3600, Washington, District of Columbia, 20374, United States
- Zip Code: 20374
- Zip Code: 20374
- Record
- SN05110153-W 20180930/180928230803-d3371e91ce62b38b4ce65a8565be3526 (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 |