Search Contract Opportunities

FY22 Production/Installation Omnibus Contract   4

ID: N0003022R1003 • 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

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), Cost Plus Fixed Fee (CPFF), and Cost Only (no fee) type contract to support the Navy's Strategic Fire Control System sub-system. The applicable NAICS code for this requirement is 541330 (Engineering Services) and the applicable PSC is 1230 (Fire Control Systems).

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 June 4, 2021 (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, 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 two (2) 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.
    • One shipset FCS/Shipboard Data Subsystem (SDS), including Installation and Checkout (I&C) kit, for US Missile Control Center Module (MCCM)-mounted equipment
    • One shipset FCS, including I&C kit, for US Missile Tube Module (MTM)-mounted equipment
    • One shipset Navigation (NAV) Subsystem Cabinets/Consoles, including I&C kit, for US MCCM-mounted equipment
    • One shipset FCS/Shipboard Data Subsystem (SDS), including Installation and Checkout (I&C) kit, for UK Missile Control Center Module (MCCM)-mounted equipment
    • One shipset FCS, including I&C kit, for UK Missile Tube Module (MTM)-mounted equipment
    • One shipset Navigation (NAV) Subsystem Cabinets/Consoles, including I&C kit, for UK MCCM-mounted equipment
    • One shipset of Spares for all installed equipment
    • One set US SSBN and Tactical and Contingency Reserve Material
  • Specialized Tactical Engineering Services, Logistics Services and Fire Control SSP Alteration (SPALT) Services to build, test, inspect, test, repair and maintain the Subsystems, Auxiliary Subsystems and related support equipment in support of the existing TRIDENT II (D-5) strategic weapon system.
    • SSI Increment SPALT Modification Kits
    • FCS Modification SPALT Kits
    • SSI Increment and Refresh Spares Kits
    • Hardware Refresh Kits
  • Program Planning and Installation Support for US SSBN installations, including final reports and issue resolutions
  • Specialized Tactical Engineering Services and Logistic Services to install strategic weapon systems and specialized system upgrades on-board US COLUMBIA and UK Dreadnought SSBNs and training systems in shore-based facilities.
  • Support Services and touch labor relating to design and development efforts, documentation, logistics, engineering, hardware, and associated documentation services.

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

Overview

Response Deadline
June 4, 2021, 5:00 p.m. EDT Past Due
Posted
May 21, 2021, 3:27 p.m. EDT (updated: Aug. 4, 2021, 4:40 p.m. EDT)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee; Cost Plus Incentive Fee;
Est. Level of Competition
Low
Odds of Award
61%
On 5/21/21 Naval Strategic Systems Programs issued Sources Sought N0003022R1003 for FY22 Production/Installation Omnibus Contract due 6/4/21. The opportunity was issued full & open with NAICS 541330 and PSC 1230.
Primary Contact
Name
Bina Russell   Profile
Phone
(202) 433-8404

Documents

Posted documents for Sources Sought N0003022R1003

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N0003022R1003

Award Notifications

Agency published notification of awards for Sources Sought N0003022R1003

Contract Awards

Prime contracts awarded through Sources Sought N0003022R1003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0003022R1003

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0003022R1003

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
Aug. 10, 2021
Last Updated By
brandon.budman@ssp.navy.mil
Archive Date
Aug. 10, 2021