Search Contract Opportunities

FY22 Fire Control Omnibus Contract   2

ID: N00030-22-R-1005 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT NOTICE

FY22 Fire Control Omnibus Contract

N00030-22-R-1005

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 October 21, 2020 (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 beta.SAM.gov 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 (FY22) 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.
  • 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.
  • Specialized Tactical Engineering Services, Logistic Services and Attack Weapon Control System (AWCS) SPALT services to develop, test, repair and maintain the AWCS Subsystem and related support equipment in support of the Tactical Tomahawk Weapon Control System (TTWCS).
  • 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 Class 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 a revision to the currently deployed FCS tactical software that will meet the requirements of the next generation of Strategic Navigator.
  • The development of the follow-on software release to the deployed FCS tactical software.
  • Modernization of the SSP Advanced Inventory and Logistics (SAIL) system.
  • Modernization of the Attack Weapon Interface Simulator (AWIS) hardware and software architecture for the AWCS.
  • 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) and AWCS weapons systems.
  • Specialized Tactical Engineering Services and Logistic Services to install strategic weapon systems on-board SSBNs and SSGNs, 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; 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

Overview

Response Deadline
Oct. 21, 2020, 5:00 p.m. EDT Past Due
Posted
Oct. 13, 2020, 2:47 p.m. EDT
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Incentive Fee; Cost Plus Fixed Fee;
Est. Level of Competition
Low
Odds of Award
61%
Signs of Shaping
The solicitation is open for 8 days, below average for the Naval Strategic Systems Programs.
On 10/13/20 Naval Strategic Systems Programs issued Sources Sought N00030-22-R-1005 for FY22 Fire Control Omnibus Contract due 10/21/20. The opportunity was issued full & open with NAICS 541330 and PSC 1220.
Primary Contact
Name
Bina Russell   Profile
Phone
(202) 433-8404

Documents

Posted documents for Sources Sought N00030-22-R-1005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N00030-22-R-1005

Contract Awards

Prime contracts awarded through Sources Sought N00030-22-R-1005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00030-22-R-1005

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00030-22-R-1005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > SSP > STRATEGIC SYSTEMS PROGRAMS
FPDS Organization Code
1700-N00030
Source Organization Code
100243206
Last Updated
Nov. 5, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 5, 2020