Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2021 SAM #7099
SOURCES SOUGHT

99 -- Sources Sought Notice For Technical Engineering Services

Notice Date
5/7/2021 6:39:33 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
N0003022R1030
 
Response Due
5/31/2021 9:00:00 AM
 
Archive Date
06/15/2021
 
Point of Contact
Andrey Grabovetskiy, Phone: 2024338403
 
E-Mail Address
andrey.grabovetskiy@ssp.navy.mil
(andrey.grabovetskiy@ssp.navy.mil)
 
Description
Synopsis: This SOURCES SOUGHT NOTICE (SSN) is issued to assist the Agency in performing market research to determine industry interest and capability.� No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Purpose: In accordance with FAR Part 10, Strategic Systems Programs (SSP) is conducting market research to identify businesses capable of providing Technical Engineering Services to the Nuclear Weapons Surety Directorate. The SSN 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. This requirement is for a potential SSP FY22 procurement involving Integrated Nuclear Weapons Surety/Nuclear Weapons Security (NWS) Program Technical Support; NWS Research and Development; NWS Acquisition, and NWS Training. Requirements: The Contractor must demonstrate the capability to provide the services as detailed below. This list is not all inclusive: 1. NWS Technical Support experience ???????Subject matter expertise and support to advise on risks and implementation in NWS technical domains.� Specific focus includes NWS Cyber Security Support for coordinating, implementing and enforcing NWS specific information system security policies, standards and methodologies. Subject matter expertise in US Navy NWS concepts of operations, organizational and reporting structures, Strategic Weapons Facility operations, and analysis supporting improved operations in recommending alternative technical and programmatic approaches. Subject matter expertise in NWS project execution supporting evaluation of performance parameters, cyber security, risks and operational metrics. NWS Program Support in providing program and project management planning and assessment. 2. NWS Research and Development support experience Subject matter expertise in advising on US Navy NWS equities in the Physical Security domain providing engineering and technical assessment of RDT&E projects addressing capability gaps and emerging threats. 3. NWS Acquisition Activities experience Subject matter expertise across the procurement lifecycle in NWS acquisition and sustainment strategy formulation and implementation including: NWS acquisition strategy assessments NWS acquisition plan reviews NWS acquisition documentation support 4. NWS Training experience Subject matter expertise on US Navy NWS processes, procedures, and instructions facilitating the acquisition and sustainment of equipment. Translating NWS subject matter expertise into acquisition and sustainment branch specific training curriculum in the NWS domain. Providing NWS training instruction and instructional materials analysis, design, development, implementation, materials management and evaluation of effectiveness. Facilitating updates to NWS acquisition and sustainment branch processes, procedures and instructions as a closed loop process of training and acquisition systems improvement. Security and Other Special Guidelines: Secret level clearance would be required. Up to Top Secret clearance may be required for some positions. The contractor would be required to travel in performance of this effort. Capability Package Submittal Requirements: Interested sources shall submit a capability package in Microsoft Word (compatible format) or PDF format that is restricted to no more than five (5) 8.5 X 11 inch pages, in Times New Roman font no smaller than 10 point. Packages are due no later than Monday, 31�May 2021, 1200 (EST) and shall be submitted via e-mail to Andrey Grabovetskiy�at Andrey.Grabovetskiy@ssp.navy.mil ALL submittals shall include the following information: Company Administrative Information, including: Company Name; Company Point of Contact (email and phone) and Title; Company Address; DUNS No; and CAGE Code Under which NAICS code(s) do you currently provide similar services? Identify your small business socio-economic status (if applicable). Specifics addressing the subject matter expertise, capability, and experience with regard to the products and services described above. Related past performance 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 https://beta.sam.gov/ website for additional information pertaining to any potential acquisition. SSN Disclaimer: This SSN is issued solely for Market Research purposes. It does not constitute a Request for Proposal/Quote (RFP/RFQ) or a promise to issue an RFP/RFQ in the future. This SSN does not commit the Government to solicit or award a contract for this requirement. 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 Capability Response.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bd1aec3d7cce4edcb0945614f0ef3103/view)
 
Place of Performance
Address: DC 20001, USA
Zip Code: 20001
Country: USA
 
Record
SN05995798-F 20210509/210507230117 (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 |
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.