FY20 COLUMBIA (CLB) United Kingdom Dreadnought (UKD) Omnibus Contract
SOURCES SOUGHT NOTICE FY20 COLUMBIA (CLB) United Kingdom Dreadnought (UKD) Omnibus Contract N00030-20-C-0003 This is a SOURCES SOUGHT notice. This notice is NOT a Request for Proposal (RFP). No solici... SOURCES SOUGHT NOTICE FY20 COLUMBIA (CLB) United Kingdom Dreadnought (UKD) Omnibus Contract N00030-20-C-0003 This 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) of the Department of Navy seeks a Cost Plus Incentive Fee (CPIF) and Cost Plus Fixed Fee (CPFF) type contract to support the Navy's Strategic Fire Control System sub-system. The applicable NAICS code for this requirement is 541330 (Engineering Services). PURPOSE OF NOTICE: This 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 1700 Eastern Standard Time on April 5, 2019 (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 of Strategic Weapon Systems Fire Control Systems, 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 SOW. Electronic responses are acceptable if prepared in Microsoft 2007 compatible format. Email electronic responses to Bina Russell (email: bina.russell@ssp.navy.mil) with "Sources Sought" in the subject line of the email. PERIOD OF PERFORMANCE: The current proposed Period of Performance is estimated to be one base year (FY20) plus three (3) option years. REQUIREMENT: The Contractor must demonstrate the capability to support the requirements as detailed below. This list is not all inclusive. • Specialized Tactical Engineering Services, Logistics Services and Fire Control SSP Alteration (SPALT) Services to develop, test, repair and maintain the Fire Control Subsystem (FCS) and related support equipment in support of the existing TRIDENT II(D-5) strategic weapon system for the US COLUMBIA and UK Dreadnought class submarines. o One shipset FCS/Shipboard Data Subsystem (SDS), including Installation and Checkout (I&C) kit, for Missile Control Center Module (MCCM)-mounted equipment o One shipset FCS, including I&C kit, for Missile Tube Module (MTM)-mounted equipment o One shipset Navigation (NAV) Subsystem Cabinets/Consoles, including I&C kit, for MCCM-mounted equipment o One shipset of Spares for all installed equipment • Specialized Tactical Engineering Services, Logistics Services and Fire Control SSP Alteration (SPALT) Services to develop, test, repair and maintain the FCS Training Subsystems and Auxiliary Subsystems and related support equipment in support of the existing TRIDENT II(D-5) strategic weapon system. o Two (2) US Land Based Strategic Weapon Training Systems (SWTS) Infrastructure Kit o One US Supply System Spares Kit o Strategic Weapon System Ashore (SWSA) Hovering Missile Compensation Control Subsystem(HMCCS) Recording Kit • Research in the application of technologies to support obsolescence mitigation on the TRIDENT II (D-5) MK98 FCS to include system requirements definition and concept development. This research is a part of the SSP Shipboard Integration (SSI) Program. The concept will be required to meet requirements on the MK98 FCS and the future MK99 FCS that will be deployed on the US COLUMBIA and UK Dreadnought Class submarines. • Research in the application of technologies to support future Fire Control requirements for the TRIDENT II (D5) LE follow-on missile. The research will focus on utilizing Model Based System Engineering (MBSE) to capture requirements, develop concepts, models, and simulations. • The development of the follow-on software release to the deployed FCS tactical software. • Engineering services, facilities, and equipment to test, troubleshoot, repair and return tactical electronic components required to maintain the ready-spare inventory for the Trident II (D5). • Specialized Tactical Engineering Services and Logistic Services to install strategic weapon systems on-board US COLUMBIA and UK Dreadnought SSBNs and training systems in shore-based facilities. PERFORMANCE LOCATION: Contractor must be able to support conducting work in Pittsfield, MA; Kings Bay, GA; Bangor, WA; Quonset Point, RI; and multiple locations within the United Kingdom. Contracting Office Address: 1250 10th Street SE, Washington Navy Yard, 20374-5127 PRIMARY POINT OF CONTACT: Bina Russell, bina.russell@ssp.navy.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »