Massachusetts Bids > Bid Detail

SDS Material

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 12 - Fire Control Equipment
Opps ID: NBD00159348948809626
Posted Date: Oct 21, 2022
Due Date: Oct 25, 2022
Solicitation No: N0003023F1000
Source: https://sam.gov/opp/5eabc1fc76...
Follow
SDS Material
Active
Contract Opportunity
Notice ID
N0003023F1000
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 21, 2022 03:06 pm EDT
  • Original Response Date: Oct 25, 2022 09:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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

A. DISCLAIMER



THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.





B. INTRODUCTION



SOURCES SOUGHT NOTICE



IAW PGI 206.302-1, Strategic Systems Programs (SSP) is currently conducting market research to identify any other potential and eligible vendors capable of fulfilling the requirements described in paragraph C below. NOTE: The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL.





C. REQUIREMENT





The contractor shall provide support for SPALT 30365 (SSBN FIRE CONTROL REPLACEMENT SYSTEM) as defined in OD 68538 Volume 1, Program Plan for the US/UK SSBN Replacement SPALT, for SPALT 30401 SSBN Replacement Refresh #1 MK 99 Fire Control System (FCS) and SPALT 30411 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 Fire Control System (FCS) and Shipboard Data System (SDS), and the T9001B checklist as modified 5 February 2021, Fire Control Type, Production Phase, incorporated as part of the basic ordering agreement.





The US SDS material kit will be delivered to L3 to support their SPALT 30411 US01, US02, US03, Kings Bay Trident Training Facility (KBTTF), Strategic Weapon System Ashore (SWSA), the L3 Engineering Test Suite (ETS) and the GDMS ETS kit builds.





The UK SDS material kit will be delivered to L3 to support their SPALT 30411 UK09, UK10, UK11, UKTF, MAGENTA kit builds.





In support of these efforts, the Contractor shall:






  1. Build, inspect, test and deliver one (1) US SDS Material Kit AND one (1) UK SDS Material Kit.

  2. Deliver Monthly Financial Status Reports (CDRL A001).





The contractor shall also contract to transport Government owned US SDS Material kit to the Government specified location and in support of these efforts shall deliver records for any shipment of Government owned equipment.







D. RESPONSE DEADLINE





Interested sources shall submit a brief capability package by 25 October 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 Pittsfield, Massachusetts.


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
  • Oct 21, 2022 03:06 pm EDTSources 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 >