Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOURCES SOUGHT

L -- Navy Strategic Systems TRIDENT II Missile ERO and DASO Operations

Notice Date
7/18/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
 
ZIP Code
20374-5127
 
Solicitation Number
N00030-17-Q-0023
 
Archive Date
9/2/2016
 
Point of Contact
Thomas A. Courtney, Phone: 2024338428
 
E-Mail Address
thomas.courtney@ssp.navy.mil
(thomas.courtney@ssp.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
*MARKET RESEARCH* SOURCES SOUGHT NOTICE FOR TRIDENT II (D5) Engineered Refueling Overhaul (ERO), Demonstration and Shakedown Operation (DASO), and Strategic Systems Programs (SSP) Shipboard Integration (SSI) Increment 4 support technical engineering services. Th is is a SOURCES SOUGHT notice. This notice is NOT a Request for Proposal (RFP). No solicitation exists at this time. The Strategic Systems Programs (SSP) seeks a cost plus fixed fee (CPFF) type contract to support Navy Strategic Systems TRIDENT II Missile ERO and DASO Operations. The applicable NAICS code for this requirement is 541330. PURPOSE OF NOTICE: The Sources Sought 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. RESPONSE DEADLINE: Interested sources shall submit a capability package by AUG 19, 2016 (15 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 below and company's capability, 6) specifics addressing existing subject matter expertise in Navy Strategic Systems TRIDENT II Missile ERO and DASO Operations and subsystems, 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 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 FEDBIZOPS website for additional information pertaining to any potential acquisition and provide security clearances if necessary, to perform the statement of work (SOW). Electronic responses are acceptable if prepared in Microsoft 2007 compatible format; Email electronic responses to Thomas Courtney (email: thomas.courtney@ssp.navy.mil) with "Sources Sought" in the subject line of the Email. PERIOD OF PERFORMANCE: The current proposed Period of Performance is 01 February 2017 - 31 January 2020; which includes option years for follow-on effort. REQUIREMENT: The purpose of this CPFF Technical Engineering Services Contact is to provide SSP with: •· Perform technical services for Advance Planning, Planning, Engineering, Design, Test Documentation Development and Program Management for Strategic Weapon System support for the Engineered Refueling Overhaul Maintenance Period and DASO. •· Perform technical services for Planning, Engineering, Design, Test and Program Management for Weapon System Support of the OHIO Class and the technical services for Engineering, Design, Testing and Program Management associated with SWS and SWSS Technical Support associated with Fleet Support Sites including Extended Refit Periods (ERP). •· Perform technical services and Program Management for Strategic Weapon Support Systems (SWSS) Trainer/Training Support Services. •· Perform technical services and Program Management for the maintenance and review of Missile Technician (MT) Continuum program Instructor Led Training and Learner Directed Content (ILT and LDC) for the Strategic Weapon Support Systems (SWSS) Trainer /Training Systems. •· Perform technical services and Program Management for the operation, maintenance, repair and procurement efforts for SSP Waterfront Support Facilities located at Kings Bay Naval Submarine Base, Bangor Naval Submarine Base, Norfolk Naval Shipyard (NNSY) and Puget Sound Naval Shipyard (PSNS) and the SWS Ashore Facility located at Cape Canaveral. •· Plan, install, and test Ship Alteration (SHIPALT) TRID 0569, SSP Shipboard Integration (SSI) Increment 4, Navigation Equipment Refresh. •· Perform technical services and Program Management for Attack Weapon Support Systems (AWSS) Trainer/Training Support Services. •· Perform technical services for SSI Programs. •· Perform technical services for transition of life-cycle responsibilities for the OHIO Replacement (OR) Class Strategic Weapon Support Systems (SWSS) from Naval Sea Systems Command (NAVSEA) to Strategic Systems Programs (SSP). •· Plan, Install, and Test Ship Alteration (SHIPALT) TRID 0586 for SSP Shipboard Integration (SSI) Increment 11. •· Provide necessary systems engineering, technical support, planning support, and program management support through participation developing the SSP Shipboard Integration (SSI) Increment 8/13 Electrostatically Supported Gyro Navigator (ESGN) Replacement and Navigation Sonar System (NSS) Preamplifier/Control Console (P/CC) Refresh Ship Alteration (SHIPALT) TRID 0597 Design Documentation Package (DDP). •· Perform technical services for the SWSA Test Bay 2 Program. •· Perform technical services for the OHIO Replacement Common Trainer Program. •· Perform technical services for the SSI Increment13 Program. •· Perform technical services for the SSI Increment 8 TEMPALT 370.02 Program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-17-Q-0023/listing.html)
 
Place of Performance
Address: PERFORMANCE LOCATION:, Contracting Office Address: Thomas Courtney, 1250 10th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127, Place of Performance: At the contractor's facility (Groton, CT)., Groton, Connecticut, 06340, United States
Zip Code: 06340
 
Record
SN04186718-W 20160720/160718235005-1e2bd55c3eda4d64e7d620f6982b2b11 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.