SOLICITATION NOTICE
R -- TRIDENT II Submarine Launched Ballistic Missile (SLBM) Strategic Weapons System (SWS) SBIR Phase III
- Notice Date
- 6/13/2025 8:36:56 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
- N00030-26-D-3019
- Response Due
- 6/30/2025 9:00:00 AM
- Archive Date
- 07/15/2025
- Point of Contact
- Anzhelika Grabovetskaya, Phone: 7032589478, Katie O'Donnell, Phone: 2028701128
- E-Mail Address
-
anzhelika.grabovetskaya@ssp.navy.mil, katherine.odonnell@ssp.navy.mil
(anzhelika.grabovetskaya@ssp.navy.mil, katherine.odonnell@ssp.navy.mil)
- Description
- This notice is posted in accordance with FAR Subsection 5.201. Consequently, SSP intends to solicit and negotiate a Small Business Innovation Research (SBIR) Phase III Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle under Navy Agency Tracking number 9176, Air Force tracking number 36135, and Solicitation Topic Codes AF181-038 and N202-135. The purpose of this synopsis is to announce Strategic Systems Programs Headquarters� intent to solicit, negotiate, and award a Cost-Plus-Fixed-Fee (CPFF) Level-of-Effort (LOE) Term and Cost Reimbursable (CR) type IDIQ contract vehicle to Systems Planning and Analysis, Inc. (SPA), located at 2001 N Beauregard Street, Suite 100, Alexandria, VA 22311. The successful completion of the referenced tracking numbers and solicitation topic codes above will be leveraged to enhance the development of specialized tools, models, and assessments to support the TRIDENT II Submarine Launched Ballistic Missile (SLBM) Strategic Weapons System (SWS). This includes refining scheduling capabilities, improving sustainment strategies, enhancing the integration of advanced technologies, and optimizing multi-warfare assessments, all of which will contribute to more effective and efficient system performance and derived from previous successful SBIR Phase I and II awards owned by SPA. The anticipated IDIQ contract will contain a base year ordering period of five (5) years for FY 2026 through FY 2030, and include a total of one (1) option five (5) year ordering period for FY 2031 through FY 2035. The contract will contain a combination of Level-of-Effort (LOE) Line Items on a Cost-Plus-Fixed-Price (CPFF) basis, and Cost only. Each Contract Line Item (CLIN) is estimated to cover a sixty (60) month period of performance and will include option provisions to increase the LOE up to thirty 30%, in accordance with SSP terms and conditions. The anticipated award date is October 1, 2025. The North American Industry Classification System code (NAICS) assigned for this scope of work is identified as 541330 and the size standard is $26 Million. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITVE PROPOSALS. This synopsis is not a request for competitive proposals; however, any responsible source believing that it can fulfill the requirement may submit a capability statement, which shall be considered by the agency. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dfa4f5ea33f343d2b252e6e55c65db3f/view)
- Place of Performance
- Address: Washington Navy Yard, DC, USA
- Country: USA
- Country: USA
- Record
- SN07477098-F 20250615/250613230047 (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 |