Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2022 SAM #7391
SOLICITATION NOTICE

A -- Flight Test Instrumentation (FTI), Development, Production and Installation

Notice Date
2/22/2022 12:04:11 PM
 
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-2001-NP1-Rev1
 
Response Due
3/9/2022 1:30:00 PM
 
Point of Contact
Contracting Officer, Phone: 2024513259, SPN20, Contracting Officer
 
E-Mail Address
spn206@ssp.navy.mil, SPN20@ssp.navy.mil
(spn206@ssp.navy.mil, SPN20@ssp.navy.mil)
 
Description
SSP will be procuring follow-on engineering services support for U.S. Navy SSP-owned Flight Test Instrumentation (FTI) systems operated in support of SSP Trident II Flight Tests, with L3Harris - Interstate Electronics Corporation (IEC). The work will include engineering services support for U.S. Navy Strategic Systems Programs-owned Shipboard Data System Maintenance Information Network (MIN) / Electronic Work Log (EWL), and Hovering Missile Computer Control System (HMCCS) Data Recorder. Scope will�address System, Software, Hardware, Fleet Docs and Maintainability, Sustainability and Agility.� For RF1 (Refresh 1), the SDS (Shipboard Data System) hardware, software, documentation and HMCCS DR (Hovering Missile Computer Control System Data Recorder) for the initial deployment will�include updating, certifying and re-conditioning each asset required to further execute mission objectives. SSP also requires development, delivery, and verification of two ship-based radar systems as part of a Pacific-dedicated Broad Ocean Area (BOA) Terminal Area Scoring suite of systems. This suite will be dedicated for use on Trident II flight tests as well as U.S. Air Force Ground Based Strategic Deterrent (GBSD) flight tests. These radars must meet terminal area requirements of both programs and provide comparable datasets to existing BOA systems. The Period of Performance is estimated to be five (5) years. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All responses must be received within fifteen days from the date of publication of this synopsis. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d61102868c4e4e07b10144af8c807cfd/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06248049-F 20220224/220222230105 (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.