Sources Sought Notice – Spares, TIP, CCF, Training & ETS BOA Order
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 provide the following:
FY23 US & UK Weapon Control Systems Spares and Special Support Equipment
The contractor shall provide the US & UK Weapon Control Systems Spares and Special Support Equipment spare parts listed as deliverables for the Fire Control Systems (FCS), Auxiliary Systems (AS) including the Strategic Weapons System Maintenance Information Network (SWSMIN), Electronic Work Log (EWL) and associated Fire Control Support Equipment.
Tube Interface Panel (TIP) Display & Common Computer Function module (CCF) Module Refresh
The contractor shall provide the supplies and services to modify or refresh (replace backlight lamps and fuse in LCD displays or update Programmable Read-Only Memory (PROM) with Electronic Erasable Programmable Read-Only Memory (EEPROM) and program new firmware in circuit card assemblies) and recertify items listed as deliverables.
SP205 Training Maintenance and Support
The contractor shall make available and employ its facilities, personnel, services of others, and materials, and provide technical support for the SP205 US & UK SSBN, SSGN, and Nuclear Weapons Security (NWS) cognizant material. The contractor shall provide engineering and logistical support and act as the weapons program coordinator for the requisite SSBN, SSGN, and Integrated Nuclear Weapon Security Systems (INWSS) associated training documents, curricula, equipment and materials, to include planning, drafting curricula, document maintenance, updates, alterations, training assessments, and support.
Pelican Module Refresh
The contractor shall provide efforts in supporting the refresh of the Pelican Module Printed Wiring Board (PWB). The contractor will provide a Technical Data Package for a Form Fit Function replacement of the PWB and a kit to introduce PWBs into the Supply System for turnaround of currently deployed assets. A US Pelican Module Refresh Kit consisting of 29 AVC-2 Versa-Module Eurocard VME (VME) carriers and a UK Pelican Module Refresh Kit consisting of 10 AVC-2 VME carriers shall be delivered.
GDMS Inc 4 ETS 011 Cabinet Refurbishment
The contractor shall provide the efforts to perform the refurbishment and installation of the GDMS Increment (Inc) 4 Engineering Test System (ETS) 011 cabinet including delivery of a Technical Data Package, delivery of one 011 Cabinet Refurbishment Kit, installation of the refurbished 011 refurbishment cabinet into GDMS Inc 4 ETS, and deliver a Final Report documenting refurbishment and install efforts for the GDMS Inc 4 ETS.
D. RESPONSE DEADLINE
Interested sources shall submit a brief capability package by 4 May 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. 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 beta.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 primarily at the contractor’s site.