Federal Bid

Last Updated on 11 Jul 2018 at 8 AM
Sources Sought
Location Unknown

SSBN-R UK-10 and UK Software Facility Fire Control Subsystem Production SPALT

Solicitation ID N00030-19-R-0009
Posted Date 12 Jun 2018 at 8 PM
Archive Date 11 Jul 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Strategic Systems Programs
Agency Department Of Defense
Location United states
SOURCES SOUGHT NOTICE
This is a SOURCES SOUGHT notice. This notice is NOT A Request for Proposal (RFP). No solicitation exists at this time. Strategic Systems Programs (SSP) seeks a cost-plus-incentive-fee (CPIF) type contract for:
• Specialized Tactical Engineering Services, Logistics Services and Fire Control SSP Alteration (SPALT) Services to build, test, ship, install, and groom the Fire Control Subsystem (FCS) and related support equipment supporting the integration of the TRIDENT II (D5) Submarine Launched Ballistic Missile (SLBM) Strategic Weapon System (SWS) on submarine hull number UK-10 of the UK Dreadnought Class. Production effort to include:
o One shipset FCS/Shipboard Data Subsystem (SDS), including Installation and Checkout (I&C) kit, for Missile Control Center Module (MCCM)-mounted equipment
o One shipset Navigation (NAV) Subsystem Cabinets/Consoles, including I&C kit, for MCCM-mounted equipment
o One shipset MCCM drill fixtures to support installation of MCCM equipment
o One shipset MCCM FCS/SDS mockups and cabling
o One shipset FCS, including I&C kit, for Missile Tube Module (MTM)-mounted equipment
o One shipset MTM drill fixtures to support installation of MTM equipment
o One shipset MTM FCS mockups and cabling
o One shipset MTM FCS tactical cabling
o One shipset On-Board Repair Parts (OBRP) for all installed equipment
o One shipset Ready Spares for all installed equipment
o One shipset UK Supply System Spares (Increment 2) for all installed equipment

• Specialized Tactical Engineering Services, Logistics Services and Fire Control SSP Alteration (SPALT) Services to build, test, ship, install, and groom the Fire Control Subsystem (FCS) and related support equipment at the U.K. Software Facility ("MAGENTA" facility or equivalent). Production effort to include:
o One land-based SPALT kit of FCS/SDS/NAV equipment analogous to one MCCM shipset as necessary and one representative MTM tube/module-set as necessary
o One land-based set On-Board Repair Parts (OBRP) for all installed equipment

• Specialized Field Engineering services for installation and testing of strategic hardware onboard UK Dreadnought Class submarines.

Efforts require SWS FCS knowledge, expertise, and experience performing the above tasking, and will also include systems engineering planning and analyses, engineering evaluations, design documentation development, technical, operational, and programmatic trade studies, participation in production working groups, tracking and reporting Earned Value Management (EVM) metrics on the contract, financial summaries, and execution reporting.
Contractor must be prior-certified by the US Government to perform work under the auspices of the US/UK Polaris Sales Agreement of 1963.
This is a Cost Plus Incentive Fee Completion contract estimated to be awarded in March 2019. The applicable NAICS code for this requirement is 541330. The applicable Product Service Code is 1230 (Fire Control Systems, Complete).

PURPOSE OF NOTICE: The Sources Sought Notice 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 June 26, 2018 (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 below and company's capability, 6) specifics addressing existing subject matter expertise to provide: SSBN-R UK-10 and UK Software Facility Fire Control Subsystem Production, 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 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 FEDBIZOPS website for additional information pertaining to any potential acquisition and provide security clearances if necessary, to perform the Draft Statement of Work (SOW).

Electronic responses are acceptable if prepared in Adobe PDF or Microsoft 2007/forward compatible format; Email electronic responses to Bina Russell (email: [email protected]) with " SSBN-R UK-10 and UK Software Facility Fire Control Subsystem Production" in the subject line of the Email.

Contracting Office Address:
Strategic Systems Programs
1250 10th Street , SE, Suite 3600
Washington, DC, District of Columbia 20374-5127
United States

Place of Performance:
PERFORMANCE LOCATION: Contractor's facilities (US only) and BAE Shipyard, Barrow-in-Furness, England.

Primary Point of Contact.:
Bina Russell
Contracting Officer
[email protected]
Phone: 202-433-8404

Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Oct 2014 at 12 PM
Location Unknown 02 Apr 2013 at 6 PM
Location Unknown 04 Mar 2014 at 3 PM
Martin Pennsylvania 22 Nov 2011 at 2 PM