SOLICITATION NOTICE
12 -- FY22 Fire Control Omnibus Contract
- Notice Date
- 2/17/2021 7:11:02 AM
- Notice Type
- Presolicitation
- 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-1005
- Response Due
- 3/5/2021 6:00:00 AM
- Archive Date
- 03/20/2021
- Point of Contact
- Bina Russell, Phone: 2024338404
- E-Mail Address
-
bina.russell@ssp.navy.mil
(bina.russell@ssp.navy.mil)
- Description
- The Strategic Systems Programs (SSP) intends to issue a Request for Proposal (RFP) and negotiate a contract on a sole-source basis with General Dynamics Mission Systems (GDMS), Pittsfield, Massachusetts for the following efforts: Specialized Tactical Engineering Services, Logistics Services and Fire Control SSP Alteration (SPALT) Services to develop, test, repair and maintain the Fire Control Subsystem (FCS) and related support equipment in support of the existing TRIDENT II(D-5) strategic weapon system. Specialized Tactical Engineering Services, Logistics Services and Fire Control SSP Alteration (SPALT) Services to develop, test, repair and maintain the FCS Training Subsystems and Auxiliary Subsystems and related support equipment in support of the existing TRIDENT II(D-5) strategic weapon system. Specialized Tactical Engineering Services, Logistic Services and Attack Weapon Control System (AWCS) SPALT services to develop, test, repair and maintain the AWCS Subsystem and related support equipment in support of the Tactical Tomahawk Weapon Control System (TTWCS). Research in the application of technologies to support obsolescence mitigation on the TRIDENT II (D-5) MK98 FCS to include system requirements definition and concept development.� This research is a part of the SSP Shipboard Integration (SSI) Program.� The concept will be required to meet requirements on the MK98 FCS and the future MK99 FCS that will be deployed on the US Columbia Class and UK Dreadnought Class submarines. Research in the application of technologies to support future Fire Control requirements for the TRIDENT II (D5) LE follow-on missile.� The research will focus on utilizing Model Based System Engineering (MBSE) to capture requirements, develop concepts, models, and simulations. The development of a revision to the currently deployed FCS tactical software that will meet the requirements of the next generation of Strategic Navigator. The development of the follow-on software release to the deployed FCS tactical software. Modernization of the SSP Advanced Inventory and Logistics (SAIL) system. Modernization of the Attack Weapon Interface Simulator (AWIS) hardware and software architecture for the AWCS. Engineering services, facilities and equipment to test, troubleshoot, repair and return tactical electronic components required to maintain the ready-spare inventory for the Trident II (D5) and AWCS weapons systems. Specialized Tactical Engineering Services and Logistic Services to install strategic weapon systems on-board SSBNs and SSGNs, and training systems in shore-based facilities. The impending FY 2022 contract will contain both U.S. and U.K. sponsored efforts starting in FY 2022.� The current proposed Period of Performance is estimated to be one base year (FY22) plus three (3) option years.� GDMS is the only known source with the requisite design background, system knowledge and operational experience relative to the TRIDENT II Fire Control Subsystem capable of providing the required efforts within existing technical, cost and fleet schedule constraints. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. An Award Notice will be publicized, when applicable, along with the supporting Justification and Approval for Other Than Full and Open Competition (J&A), in accordance with Federal Acquisition Regulation (FAR) 5.301, 5.303, and 6.305 under separate notice. Place of Contract Performance Pittsfield, MA; Kings Bay, GA; Bangor, WA; and multiple locations within the United Kingdom.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f0a561a69b2240d996c213f2b1411298/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05918921-F 20210219/210217230108 (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 |