Massachusetts Bids > Bid Detail

Strike Tasking, Data Encryption, FCIDS, and CDS

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 12 - Fire Control Equipment
Opps ID: NBD00159443523102613
Posted Date: Apr 12, 2023
Due Date: Apr 19, 2023
Solicitation No: N0003022G1038-N0003023F1006
Source: https://sam.gov/opp/48957f4112...
Follow
Strike Tasking, Data Encryption, FCIDS, and CDS
Active
Contract Opportunity
Notice ID
N0003022G1038-N0003023F1006
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: Apr 12, 2023 05:18 pm EDT
  • Original Response Date: Apr 19, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1220 - FIRE CONTROL COMPUTING SIGHTS AND DEVICES
  • 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





Strategic Systems Programs (SSP) requires the contractor to perform the following actions below:





Strike Tasking PC Refresh





Develop and deliver a hardware and software refresh to the Strike Tasking Personal Computer (STPC) System to support Crew Certification and Training of Strike Operations to the SSGN Attack Weapon Training System (AWTS) at the TRIDENT Training Facility Kings Bay, Georgia and Bangor, Washington and the GDMS Attack Weapon Control System (AWCS) Engineering Test System (ETS) laboratory in Pittsfield, Massachusetts.





Data Encryption Capability





Complete design efforts to the Data Encryption Capability to develop and conduct System Integration and Test (SIT), and Verification and Validation (V&V) testing as required to certify changes to the auxiliary equipment. Additionally, the contractor shall deliver Data Encryption Capability spares to the Supply System in support of Kings Bay, Bangor, GDMS and NSCWDD.





FCIDS





Procure, build, test, inspect and deliver three Fire Control Indication and Display Panel (FCIDS) non-functional consoles as part of the SPALT 30401 SSBN Replacement Refresh #1 MK 99 Fire Control System (FCS) efforts.





Additional Cross Domain Kits (CDS) for PMS 397





Procure, build, test, inspect and deliver two Cross Domain Solution (CDS) kits and one spare CDS kit to Lockheed Martin RMS in support of the PMS 397 and SSP COLUMBIA Transient Asset Plan (TAP) program.







D. RESPONSE DEADLINE





Interested sources shall submit a brief capability package by 19 April 2023 (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 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 in Pittsfield, Massachusetts, Kings Bay, Georgia and Bangor, Washington.


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
  • Apr 12, 2023 05:18 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 >