SOLICITATION NOTICE
H -- FY25 Flight Test Instrumentation (FTI), Development, Production, Support and Installation
- Notice Date
- 4/2/2024 9:17:55 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-2001-NP3
- Response Due
- 4/17/2024 1:30:00 PM
- Archive Date
- 05/02/2024
- Point of Contact
- Contracting Officer, Phone: 2024513259, 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 and supplies 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�maintenance, operation, sustainment, logistics support, and life cycle management for the FTI systems to ensure the highest availability and maximum data collected during flight tests. SSP will also be procuring development, design, delivery, and verification of a ship-based telemetry C-band Radar compatible with installation on a T-AGS 60 or similar class ship with roll-on and roll-off capability and functional on a land-based site. Additional requirements include program management, administrative engineering, and operation support for services relating to design and development efforts, documentation, logistics, engineering, field engineering, hardware and software SPALT kits; development and delivery of an integrated master schedule in accordance with the installation working group, to include installation and testing applicable SPALTs as defined in the program plan, for the Fire Control System (FCS) SDS, to include system software, hardware, fleet documentation and deliver applicable reports; specialized Engineering Services and support for the Shipboard Data System (SDS) and any related support equipment; development of SPALT Proposals and support for SDS Seaware Applications; support of the Shipboard Systems Modernization (SSMP) operational installations and deployment of the SDS, site support integration with the shipyard, support approved Shipyard Integrated Test procedures, engineering and operation support, and on-site support as defined in applicable Ordnance Documents (ODs), Program Plans, and technical management documents; continued development and mature elements of the resilient common infrastructure system which make up the core architecture, to include application support, computing platform, network infrastructure services, edge security in support of application software, sensor effectors as decomposed to a lower level function such as trusted middleware, operating system, resilient computing software, data protection, network switch, and other hardware/software components as part of the overarching common infrastructure; maturing and demonstrating architecture concepts to meet lower level decomposed functions using simulations and prototype hardware and software; systems engineering analysis and trade studies in accordance with established SSP ODs and Systems Engineering Plan with the utilization of model based engineering methodologies to further define, enable and demonstrate a flexible, resilient computing and networking infrastructure for current and future shipboard data systems; specialized tactical Engineering Services and Logistics services to install, troubleshoot and test SDS across both U.S. and UK SSBNs; development and delivery of the Strategic Systems Programs D5LE2 design items in accordance with established ODs, Program Plans and applicable Systems Engineering Plan, and the established technical program management plan; specialized systems engineering services in support of D5LE2 Systems Engineering Group (SEG) and systems engineering analysis to support Strategic Weapon System (SWS) trade studies, including decomposition of system requirements specifications, allocated ASRS, development of a tactical capabilities roadmap complete with steps and risks needed to deliver a concept to full capability. 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/e0a8f1cc8f4f402eb299230dbf4b4d17/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07016572-F 20240404/240402230039 (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 |