Massachusetts Bids > Bid Detail

UK11 SPARES

Agency:
Level of Government: Federal
Category:
  • 12 - Fire Control Equipment
Opps ID: NBD00159010415143417
Posted Date: Jan 22, 2024
Due Date: Feb 6, 2024
Source: https://sam.gov/opp/258f94e5bd...
Follow
UK11 SPARES
Active
Contract Opportunity
Notice ID
N0003022C1003P00TBD2
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
SSP
Office
STRATEGIC SYSTEMS PROGRAMS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 22, 2024 08:13 am EST
  • Original Response Date: Feb 06, 2024 09:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1290 - MISCELLANEOUS FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Pittsfield , MA 01201
    USA
Description

UK11 SPARES



1.0 Classification Code



12 – Fire Control Equipment



2.0 NAICS & PSC Codes



The applicable North American Industry Classification System (NAICS) code is 541330 – Engineering Services.



The applicable PSC code is 1290



3.0 Contracting Office Address



Strategic Systems Programs (SSP)

1250 10th Street, Suite 4600

Washington DC 20374



4.0 Synopsis



This is a SOURCES SOUGHT NOTICE (SSN) announcement. SSNs are issued to assist the Agency in performing market research to determine industry interest and capability. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Therefore, no proposals are being requested or accepted in response to this SSN.



5.0 Purpose



In accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10, SSP is conducting market research to identify potential sources capable of successfully performing the build, inspect, test, and delivery of Supply System Spares Kits for Increment 2 for SPALT 30401 (US/UK SSNBR Replacement Fire Control System (FCS) and Shipboard Data Systems (SDS) under Contract Line Item Number (CLIN) 1010 of existing contract N0003022C1003. Work shall be IAW with requirements as defined in Operational Directive (OD) 70907 Program Plan for the SSI Increment 15 MK 98 and SSBN Replacement Refresh #1 MK 99 Fire Control System (FCS) and Shipboard Data Systems (SDS) and the T9001-B checklist dated February 5, 2021, Fire Control Type, Production Phase.



The contract type under CLIN 1010 is Cost Plus Incentive Fee, Term.



6.0 White Paper Capability Statement Credentials



a. SSP is seeking detailed, complete, and thorough White Paper capability statements from interested firms who can demonstrate and document, with evidentiary support, that they 1) possess the minimum qualifications and experience identified in paragraph 7.0 which are critical to the successful execution of the requirements, and 2) demonstrate recent and relevant experience, as the Prime contractor, performing the same/similar efforts of the same/similar scope, size, and complexity to the requirements identified in paragraph 8.0. Interested firms must demonstrate their existing capability, or potential to acquire the capability, to meet requirements by the time of contract award, estimated to be 30 September 2024.



6.1 Small Business Concerns



IAW FAR Subpart 19.2 Polices, SSP seeks to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns. Small Business Concerns who possess the minimum qualifications and experience identified in paragraph 7.0 and who can demonstrate its concerns’ capability (or ability to obtain the capability by the contract award date) to execute the complete requirements identified in paragraph 8.0, as well provide the requisite past performance experience detailed in Section 9.0, are encouraged to respond to this SSN.



If a small business concern intends to partner with another entity, the small business concern must identify which specific efforts/tasks it intends to perform, as well as the specific efforts/tasks the partner will perform, with the substantiating data required in this SSN supporting the identified partnering roles and responsibilities. NOTE: 100% of the SSN requirements must be addressed in any submitted partnering submittal. A partnering submittal cannot merely state “We plan to team with XYZ Corporation” without supporting qualifications and experiential content. A letter of general intent from the named partner must be included with the SSN response.



NOTE: In the event this contract is set aside for small business concerns, the small business concern agrees that it will be in strict compliance and conformance with the percentage payment limitations for services, supplies, or construction (as applicable) to subcontractors that are not similarly situated entities in accordance with FAR 52.219-14 Limitations on Subcontracting and state such in their response.



7.0 Minimum Qualifications / Experience Requirements



Interested firms shall document and submit specific and evidenced / demonstrated possession of the minimum qualifications and experience requirements in the technical areas identified in bullets a through d below, which are critical to the successful execution of the requirements in paragraph 8.0. This experience shall be documented as specified in paragraph 9.0.



a. Familiarity and recent experience in production of and/or conducting repairs of the U.S. Navy SSBN, Strategic Weapons System (SWS), specifically the Fire Control System and associated sub-systems;

b. In-depth knowledge and experience working with the SSP ODs, SSP Instructions (SSPINST), and the SSP Technical Program management processes as outlined in the T9001-B document applicable under the base contract.

c. Detailed knowledge and understanding of the interfaces between the Submarine Launched Ballistic Missile (SLBM) and SWS is required.

d. Sufficient personnel trained, qualified, and experienced in the production of and completion of repairs to the SWS Fire Control System in conjunction with the SLBM Program.



8.0 Description of Requirements



SSP requires the following under CLIN 1010 of existing contract N0003022C1003:



The Contractor shall deliver material for SPALT 30401 US/UK SSBNR Replacement Fire Control System (FCS) and Shipboard Data System (SDS), as defined in OD 70907, Program Plan for the SSI Increment 15 MK 98 and SSBN Replacement Refresh #1 MK 99 FCS and SDS in accordance with T9001B checklist dated February 5, 2021, Fire Control Type, Production Phase.



1. Build, inspect, test, and deliver one (1) US Supply System Spares Kit (Increment 2).

2. Build, inspect, test, and deliver one (1) UK Supply System Spares Kit (Increment 2).



8.1 Quantity of Personnel Required / Place of Performance



It is estimated three (3) Full Time Equivalent (FTE) personnel will be required to compete the effort as outlined in paragraph 8.0, in Pittsfield, Massachusetts.



9.0 Evidentiary Qualifications/Experience Documentation Requirements



Interested firms must possess the requisite minimum qualifications and experience identified in paragraph 7.0 and demonstrated relevant and recent experience as it relates to the requirements in paragraph 8.0. White Paper Capability statements must include all of the content and details identified below:



9.1 Minimum Qualifications / Experience Requirements Validation



White Paper Capability statement submissions shall include a discrete section with the heading “Minimum Qualifications / Experience Requirements” and document, with specific information, each of the minimum qualifications identified in paragraph 7.0. This section may cite contract reference efforts detailed in Table A of paragraph 9.2 below provided that respondents provide context and rationale as to how that contract reference effort(s) demonstrate possession of the applicable Minimum Qualifications / Experience requirements of bullets a through d identified in paragraph 7.0 – or have capability of obtaining by contract award.



9.2 Relevant & Recent Experience / Supporting Narratives



In addition to demonstrating possession of the requisite Minimum Qualifications / Experience requirements identified in paragraph 7.0 above (or have capability of obtaining by contract award), interested firms shall demonstrate relevant and recent experience performing the same or similar efforts and or completion tasks (as applicable) to the requirements in paragraph 8.0. Relevant experience is defined as performing efforts/tasks similar in scope, size, and complexity to the requirements in paragraph 8.0 with an annual incurred cost/expense of at least $344K. Recent experience is defined as work performed within 5 years of the SSN posting date. To substantiate the performance of relevant and recent efforts/tasks to the requirements in paragraph 8.0, White Paper Capability statements shall provide a list of current or previous contract references and the efforts/tasks performed thereunder detailing and evidencing a direct correlation of the contract reference efforts/tasks using the specific outline provided in Table A below. Submitter’s responses to the Table A outline shall include the following information per individual contract reference:



(i) Summary of relevant work performed and how that specific work demonstrates capability to perform the specific requirements identified in paragraph 8.0;

(ii) Current / Prior Contract Number(s) and Customer/Agency Supported;

(iii) Identification of your role as the Prime or Subcontractor;

(iv) Contract Type;

(v) Period of performance of the specific contract reference effort performed;

(vi) Quantity of FTE personnel utilized on the specific contract reference effort, per annum, with distinction and FTE quantities identified between the respondents FTE employees and any subcontractor FTE employees;

(vii) Net Dollar value (base and options) for each contract reference and the Annual Incurred costs for each contract reference provided. NOTE: solely citing an IDIQ ceiling amount or base and all options aggregate value without the annual incurred costs for the submitted contract reference(s) is NOT acceptable – amounts must be specific to the actual incurred costs for a Contract CLIN(s) or Individual Task Order(s), for the contract reference(s) cited in Table A below; and

(viii) Customer point of contact with valid phone number and email.



NOTE: Work evaluated as not relevant or recent to the paragraph 8.0 requirements will not be considered.



TABLE A – SUMMARY OF RELEVANT & RECENT WORK EXPERIENCE



CLIN Requirement Contract Reference(s) Summary – Document the specific correlation of the contract reference efforts/tasks to the paragraph 8.0 efforts/tasks

0010 Refresh 1 Production



10.0 Company Information and Deadline for Submittal



White Paper Capability statements shall be submitted in Microsoft Word for Office 2000 compatible format or PDF format and are due no later than 6 February 2024, 9:00 am EST. The White Papers shall not exceed five (5) pages in total, using 12-point Times New Roman and 1” margin and shall be submitted via e-mail to bina.russell@ssp.navy.mil.



ALL White Paper Capability submittals shall include the following information “not” included in the aforementioned maximum 5-page limit:

1. Company Administrative Information



a. Company Name:

b. Company Point of Contact (email and phone) and Title:

c. Company Address:

d. Unique Entity Identifier (UEI) No:

e. Cage Code:



2. Size of business, including; total annual revenue, by year, for the past three years and number of employees;



3. Ownership, including whether: small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns;



4. Number of years in business;



5. Identification of the current security clearance held at your facility that will provide support to the paragraph 8.0 requirements. NOTE: Work to be performed under this contract shall require the contractor to have a facility clearance of SECRET and a computing facility that is cleared to process SECRET data.



Respondents to this SSN shall indicate which portions of their response are proprietary and should mark them accordingly. It is the responsibility of the SSN respondent to monitor the sam.gov website for additional information pertaining to any potential acquisition.



11.0 Government Capability Evaluation - “CAPABLE / NOT CAPABLE” Determination



The White Paper Capability statement responses to this SSN must meet the requirements stated in the SSN and will be evaluated to determine whether each respondent is Capable or Not Capable of performing the requirements. This evaluation will be based solely on the specific data and supporting content provided by the respondents in their White Paper Capability statement submissions. Incomplete or generalized White Paper Capability statements, without specificity as it relates to the SSN content requirements, omitted content, or content which fails to address all of the requirements of this SSN, will have a direct affect upon the Government’s capability determination. The Government’s Capability Evaluation will include, but is not limited to, an assessment of the following:



(1) The respondent’s specific and evidenced / demonstrated possession of the Minimum Qualifications / Experience requirements identified in paragraph 7.0;



(2) The respondent’s demonstrated ability to manage, as a Prime contractor, the types and magnitude of requirements identified in paragraph 8.0 based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity;



(3) The respondent’s demonstrated technical ability, as a Prime contractor, to execute the paragraph 8.0 requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity; and



(4) The respondent’s demonstrated capacity to execute the paragraph 8.0 requirements based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity, the quantity of personnel required, and the contract award date.



12.0 SSN Disclaimer



This SSN is issued solely for Market Research purposes. It does not constitute a Request for Proposal (RFP) nor a promise to issue an RFP in the future. This SSN does not commit the Government to solicit or award a contract. The information provided in the SSN is subject to change and is not binding on the Government. Respondents are advised that ALL costs associated with responding to this SSN, including any requests for follow-up information, will be solely at the interested parties’ expense and the Government will not pay for any information or costs incurred or associated with submitting a SSN White Paper Capability statement or follow-on responses.



The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns).


Attachments/Links
Contact Information
Contracting Office Address
  • 1250 10TH STREET SE SUITE 3600
  • WASHINGTON NAVY YARD , DC 20374-5127
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 22, 2024 08:13 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >