Washington, DC Bids > Bid Detail

FY25-FY29 Production and Deployed System Support (P&DSS), W93/Mk7, Reentry Systems Technology Development and TRIDENT II D5LE2 Support

Agency:
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159371388581670
Posted Date: Sep 19, 2023
Due Date: Oct 19, 2023
Source: https://sam.gov/opp/97544b65ed...
Follow
FY25-FY29 Production and Deployed System Support (P&DSS), W93/Mk7, Reentry Systems Technology Development and TRIDENT II D5LE2 Support
Active
Contract Opportunity
Notice ID
N0003024R0100
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: Sep 19, 2023 12:22 pm EDT
  • Original Response Date: Oct 19, 2023 12:01 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1410 - GUIDED MISSILES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    DC
    USA
Description

Strategic Systems Programs (SSP) will be procuring engineering services for Fiscal Years (FY) 2025 through 2029 in support of Production and Deployed System Support (P&DSS), W93/Mk7, Reentry Systems Technology Development and TRIDENT II D5LE2. Services include D5 missile production, D5 field processing, support equipment development and production, and D5 engineering, technical, and operational support services. In support of the Strategic Systems Programs Alteration (SPALT) of the Trident II D5LE missile for material and component obsolescence, extending its life to provide a strategic submarine launched ballistic missile (SLBM) capability for the life of the COLUMBIA Class submarine SSBNs (through Government Fiscal Year 2083) engineering efforts are included for risk mitigation to technology, hardware, and architectures and Facility Planning/Activation. The non-recurring engineering services will support submarine launched ballistic missile system technologies for avionics, structures, test missile, post boost control, and ordnance and eventual design in support of the Trident II D5LE2 missile. The requirements also include planning and initial phases of requalification for selected pull through components and continuous production components. SSP will procure similar engineering services in support of the Reentry sub-system of the Strategic Weapon System (SWS). TRIDENT II D5LE and D5LE2 and W93/Mk7 and Reentry Systems Technology Development efforts are inextricably linked to work currently being performed by Lockheed Martin under contract N00030-20-C-0101 and N00030-22-C-0100, which SSP awarded using other than full and open competition. The Period of Performance for the entire effort estimated to be 5 years.





THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All responses must be received within seven (7) days from the date of publication of this synopsis (See Response Deadline below for additional information). A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will be considered solely for determining whether to conduct a competitive procurement.





RESPONSE DEADLINE: Interested sources shall submit a capability package by COB 19 October 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 work listed above including a current list of related past performance within the past 5 years. Electronic responses are acceptable if prepared in Microsoft 2010 or forward compatible format. Adobe PDF is also acceptable. Email electronic responses to Alexander Miller (email: Alexander.Miller@ssp.navy.mil) with "FY25-FY29 SSP Sources Sought" in the subject line of the email. Place of Contract Performance: SSP expects contract performance will occur primarily at the contractor’s site.


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
  • Sep 19, 2023 12:22 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 >