Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2022 SAM #7498
SOURCES SOUGHT

B -- SSBN Lead Septum Foam Replacement

Notice Date
6/9/2022 2:01:02 PM
 
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
N0003022G1038PldSepFm1
 
Response Due
6/14/2022 1:00:00 PM
 
Point of Contact
Tasha Womack, Phone: 2024513266, Bina Russell, Phone: 2024513193
 
E-Mail Address
tasha.womack@ssp.navy.mil, bina.russell@ssp.navy.mil
(tasha.womack@ssp.navy.mil, bina.russell@ssp.navy.mil)
 
Description
REQUIREMENT�� Strategic Systems Programs (SSP) requires the contractor to replace lead septum foam in the Power Conversion Equipment (PCE) Cabinets (011, 012, 015), the Fire Control Circuit Panel (FCCP) Cabinets (581, 583, 584) Cabinets and Spare Guidance Interface Box (SGIB) Cabinets (531, 532). Installations will be conducted in accordance with a Unique Repair Procedure (URP) and will be executed by replacing doors, panels and fans with refurbished doors, panels and fans (turnaround method), or by scraping and replacing at site. ordering agreement. The kit types and contents are as follows: PCE and Fan Assembly Foam Replacement Kit, which consists of refurbished 011, 012, 015 doors (or foam piece parts) and rear panels, and refurbished 581, 583, 584, 531 and 532 fan assemblies, to be used as turnaround kits on SSBN 583 and 584 Foam Replacement Kit, which consists of piece parts that will be scraped and replaced onboard SSBN 581 Foam Replacement Kit, which consists of a refurbished rear panel, refurbished brackets, and piece parts that will be scraped and replaced onboard SSBN Future Foam Material, which will consist of foam piece parts for follow on contracts, supporting both turnaround, and scrape and replace kits RESPONSE DEADLINE Interested sources shall submit a brief capability package by 14 June 2022 (10 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 above and the company's capability, 6) specifics addressing existing subject matter expertise of the Trident II (D5) Program and capability to perform this requirement, 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 shall indicate which portions of their response are proprietary and should mark them accordingly.� It is the responsibility of the interested businesses to monitor the SAM.gov website for additional information pertaining to any potential acquisition and provide security clearances if necessary. Electronic responses are acceptable. Email electronic responses to Tasha Womack (email: tasha.womack@ssp.navy.mil) and Bina Russell (email: bina.russell@ssp.navy.mil) with ""Sources Sought"" in the subject line of the Email. Contracting Office Address:�� SPN, 1250 10th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127 Place of Performance:� SSP expects contract performance will occur primarily at the contractor�s site.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9695877aeef84994856ea472aa375e11/view)
 
Place of Performance
Address: Pittsfield, MA 01201, USA
Zip Code: 01201
Country: USA
 
Record
SN06353813-F 20220611/220609230109 (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.