Inactive
Notice ID:N0003022G1038-N0003022F1000
REQUIREMENT Strategic Systems Programs (SSP) requires the contractor to provide Power Conversion Module (PCM)/Electromagnetic Interference (EMI) analysis and testing and Electromagnetic Compatibility ...
REQUIREMENT Strategic Systems Programs (SSP) requires the contractor to provide Power Conversion Module (PCM)/Electromagnetic Interference (EMI) analysis and testing and Electromagnetic Compatibility Advisory Board (EMCAB) support, and other related tasks (e.g., troubleshooting, Proposed Notice of Change (PNOC) generation). In support of these efforts, the Contractor shall: Perform evaluation of ship 120 Volts Alternating Current (VAC) Common Emissions Common Mode on FCS Direct Current Distributions, including downstream effects, including: Complete Alternating Current (AC)/Direct Current (DC) noise rejection for Tube Interface Box (TIB) and Network Sub-system (NETSS) Power Supply (PS) DC Outputs. Complete the analysis of FCS Subsystem for functions/components susceptible to DC Noise. Evaluation of ship PCM Noise Signature on cables coupling to FCS equipment and signals, including downstream effects, including: Complete the assessment of Ship Junction Panels (SHIPJPs) and Input/Output (I/O) cables, refine at-risk signal & interface types, potential mitigations. Complete the assessment of Missile Control Center (MCC) cables, refine/prioritize at-risk signal abd interface types, potential mitigations. Complete the assessment of Missile Compartment (MC) cables, refine/prioritize at-risk signal and interface types, potential mitigations. The Contractor shall support other efforts as necessary to ensure the above items continue to execute in support of PCM/EMI analysis of risk through acknowledgement or resolution. This activity includes but is not limited to: meeting support, Proposed Notice of Change (PNOC) /Government Furnished Information (GFI), etc. The Contractor shall deliver a monthly financial. The Contractor shall deliver an EMCAB Analysis Final Report. RESPONSE DEADLINE Interested sources shall submit a brief capability package by 17 June 2022 (10 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 above and the company's capability, 6) specifics addressing existing subject matter expertise of the Trident II (D5) Program and capability to perform this requirement, 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 shall indicate which portions of their response are proprietary and should mark them accordingly. It is the responsibility of the interested businesses to monitor the SAM.gov website for additional information pertaining to any potential acquisition and provide security clearances if necessary. Electronic responses are acceptable. Email electronic responses to Tasha Womack (email: tasha.womack@ssp.navy.mil) and Bina Russell (email: bina.russell@ssp.navy.mil) with "Sources Sought" in the subject line of the Email. Contracting Office Address: SPN, 1250 10th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127 Place of Performance: SSP expects contract performance will occur primarily at the contractor’s site.