Federal Bid

Last Updated on 16 Jul 2019 at 11 PM
Sources Sought
Location Unknown

US/UK SSBN Replacement Strategic Weapon Interface System 2.0 Development

Solicitation ID N00030-16-C-0005Q0001
Posted Date 13 Oct 2016 at 1 PM
Archive Date 16 Jul 2019 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
 

A.  DISCLAIMER

THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCHL 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, 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 IS NOT A REQUEST FOR PROPOSAL. 

C.  REQUIREMENT  

 

SSP requires development and transition to production efforts for the SSBN Replacement Fire Control Strategic Weapon Interface Simulator (SWIS) 2.0 as defined in Volume 2 of OD 68538 (Revision (-)) - Program Plan for the SSBN Replacement Fire Control System and Shipboard Data System.  The design and development efforts for SSBN Replacement SWIS 2.0 will be in accordance with the T9001B checklist dated December 12, 2014,  for Auxiliary Equipment Type, Development Phase and for transition to production, Transition Phase. 

 

The Period of Performance is estimated to be six (6) years.

D.  RESPONSE DEADLINE

 

Interested sources shall submit a brief capability package by October28,2016 (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 FEDBIZOPS website for additional information pertaining to any potential acquisition and provide security clearances if necessary.

 

Electronic responses are acceptable. Email electronic responses to the Contracting Officer (email: [email protected]) 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

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Oct 2014 at 12 PM
Location Unknown 04 Mar 2014 at 3 PM
Location Unknown 17 Apr 2019 at 8 PM

Similar Opportunities

Saint inigoes Maryland 21 Oct 2025 at 9 PM
New mexico 15 Jul 2025 at 4 AM
Keyport Washington 06 Aug 2025 at 3 PM