Inactive
Notice ID:N0003019R0053
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) seeks a cost-plus-incentive-fee (CPIF), cost...
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) seeks a cost-plus-incentive-fee (CPIF), cost-plus fixed-fee (CPFF) and fixed-price-incentive-fee (FPIF) type contract and/or basic ordering agreement for SWS NAVIGATION Subsystem production, installation, and test support. This effort supports production and devleoipment effort that is a follow-on requirement, and it is inextricably linked to the efforts currently supported under Strategic Systems Programs (SSP) NAV Technical Engineering Services (TES) contract N0003018C0002, and NAV Development contracts N0003018C0045; and the follow-on contract N0003019C0045. 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 March 11, (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 System Integration Support for the TRIDENT D5 FBM Navigation subsystem program, 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 Draft Statement of Work (SOW). Electronic responses are acceptable if prepared in Adobe PDF or Microsoft 2007/forward compatible format; Email electronic responses to Thomas Courtney (email: thomas.courtney@ssp.navy.mil) with "Sources Sought NAV Production, Installation, and Test" in the subject line of the Email. PERIOD OF PERFORMANCE: The current draft SOW is estimated to include one base year plus two option years, for a total period of performance, including all level-of-effort (LOE) and completion efforts, starting as early as 5/1/2019 and extending as late as 9/30/2022. REQUIREMENT: Effort requires procuring Navigation Subsystem hardware for the COLUMBIA class of ships in support of the sea-based strategic deterrent. In addition, the effort requires field operations, engineering and test support at the shipyards in conjunction with schedule and cost risk reduction strategies. Final manufacturing and assembly will occur in FY21 followed by delivery, installation and test of navigation component hardware in FY22. Systems Engineering, Integration, and Test services shall all be performed IAW the TRIDENT (SP24) Configuration Management Plan and other applicable OD's and SSPINST's; Technical Data products shall be prepared IAW all applicable SSPINST's and OD's, and reviews shall be performed IAW the TRIDENT (SP24) System Engineering requirements. PERFORMANCE LOCATION: Contracting Office Address: Thomas Courtney, 1250 10th Street S.E., Suite 3600, Washington Navy Yard, 20374