Massachusetts Bids > Bid Detail

FY23 Increment 8 Tiger Team Lead

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159451551200006
Posted Date: Jan 9, 2023
Due Date: Jan 13, 2023
Solicitation No: N0003022G1038-N0003023F1004
Source: https://sam.gov/opp/c6c9406865...
Follow
FY23 Increment 8 Tiger Team Lead
Active
Contract Opportunity
Notice ID
N0003022G1038-N0003023F1004
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 09, 2023 05:07 pm EST
  • Original Response Date: Jan 13, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: N012 - INSTALLATION OF EQUIPMENT- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Pittsfield , MA 01201
    USA
Description

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.





REQUIREMENT





Strategic Systems Programs (SSP) requires the contractor to act as the Tiger Team Lead (TTL) in support of Shipboard Integration (SSI) Increment (INC) 8 (SSI INC 8) during the installation and checkout phase, including required pre-installation TTL preparation efforts, pre-installation phase and System Level Test (SLT) phase.





The following installation items are performed as required in accordance with OD 61424 volume 2 Shipboard Systems Development and Deployment Policies and Processes for SSI INC 8.






  1. Support SSI INC 8 installation (authenticated installation) as the Tiger Team Lead (TTL) and Integrated Shift Lead (ISL) on two (2) US SSBNs. This effort will support TRID 0618, SPALT 30409, SPALT 6162, and the INC 8 installation. Provide a TTL for shore support of at-sea SLT.

  2. Deliver a final report documenting installation effort supported.





RESPONSE DEADLINE





Interested sources shall submit a brief capability package by 13 January 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 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 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
  • Jan 09, 2023 05:07 pm 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 >