Washington, DC Bids > Bid Detail

Support services for the: (1) U.S. COLUMBIA Class Submarine U.S./United Kingdom (UK) Common Missile Compartment (CMC) Program, (2) D5 Life Extension 2 (D5LE2) Program, , (3) SSP Facilities Management, Activation and Assessment, and (4) SSP Missile Systems.

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • L - Technical Representative Services
Opps ID: NBD00159431297368118
Posted Date: Dec 8, 2022
Due Date: Dec 15, 2022
Solicitation No: N0004024R6032
Source: https://sam.gov/opp/456a0361a0...
Follow
Support services for the: (1) U.S. COLUMBIA Class Submarine U.S./United Kingdom (UK) Common Missile Compartment (CMC) Program, (2) D5 Life Extension 2 (D5LE2) Program, , (3) SSP Facilities Management, Activation and Assessment, and (4) SSP Missile Systems.
Active
Contract Opportunity
Notice ID
N0004024R6032
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
SSP
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 07, 2022 07:20 pm EST
  • Original Response Date: Dec 15, 2022 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 16, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: L010 - TECHNICAL REPRESENTATIVE- WEAPONS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Washington Navy Yard , DC 20374-5127
    USA
Description

DISCLAIMER:



This is a Sources Sought Notice (SSN) for informational purposes only. This SSN is not a request for proposal (RFP) or an Invitation for Bid (IFB). This SSN shall not be construed as a commitment or promise by the Government in any manner. Responses to this SSN will not be considered as offers. The Government is under no obligation to award a contract or issue an RFP or IFB as a result of this SSN. No funds are available to pay for preparation, submission, or participation of responses to this notice. The responding parties are solely responsible for any costs associated with their response. Any information submitted by respondents to this SSN is strictly voluntary.



PURPOSE OF NOTICE:



This SSN is being used as a market research tool to identify potential sources capable of fulfilling the requirement described herein. Responses to this SSN will be used by the Government for acquisition planning purposes only. Failure to provide a response to this SSN does not preclude participation in any possible future competitive RFP.



REQUIREMENT:



Strategic Systems Programs (SSP) seeks a source capable of providing technical, program management, business and financial services in support of the: (1) U.S. COLUMBIA Class Submarine U.S./United Kingdom (UK) Common Missile Compartment (CMC) Program, (2) D5 Life Extension 2 (D5LE2) Program, (3) SSP Facilities Management, Activation and Assessment, and (4) SSP Missile Systems Support.



For the U.S. COLUMBIA-Class Submarine U.S./United Kingdom (UK) CMC Program, the contractor shall provide technical and programmatic support for the re-hosting and integration of the TRIDENT II (D5) Submarine Launched Ballistic Missile (SLBM), Strategic Weapon System (SWS), its subsystem and components, within the U.S./UK CMC on-board the U.S. COLUMBIA Class and UK Dreadnought (UKD) Submarine platforms and within land-based facilities. Contractor shall also provide support for special projects and analyses involving program strategies, deterrence concepts, and life cycle support. Technical and programmatic support includes, but is not limited to, providing systems engineering and program management support, conducting analyses, independent studies, technology and engineering evaluations, logistics and materiel management, participating in working groups and design-build-sustain teams, as well as resource management, program development, acquisition planning, costing summaries, and business case analyses support. Please refer to the attached draft Statement of Work (SOW) (Attachment 1) for a complete and detailed description of this effort.



For the D5LE2 Program, the contractor shall provide programmatic and technical support of the program development efforts. Efforts include providing input to core SSP planning documents including, but not limited to the SPOSE, Technical Baselines, Systems Engineering Management Plans, Integrated Master Schedules, CONOPs, Cost Analysis, Entrance/Exit Criteria, Technology Development Strategies, and Test and Evaluation Plans. The Contractor shall assist in the Key Initiative Review process across all participants, including development and review of coordinated planning factors across branches, development of templates and standards, collation of input, building of integrated graphics/charts/tables, and coordinating meetings. The Contractor shall serve as the TRIDENT II (D5) Life Extension 2 historian. The Contractor shall provide Risk Management, Action ITEM, and Problem Investigation support. The Contractor shall provide professional, technical or administrative services in support of financial management, acquisition and budget support to include organizing, tracking, summarizing, validating, verifying, interpreting, archiving and making recommendations on the status, documentation, analysis and coordination of all financial and contractual efforts. Please refer to the attached draft SOW (Attachment 1) for a complete and detailed description of this effort.



For Facilities Management, Activation and Assessment Support, the contractor shall assist in the planning, scheduling and conduct of trade studies related to the submarine force and facilities maintenance and upgrades. The Contractor shall provide program management support to the SSP Crane and Infrastructure Programs and coordinate/facilitate Program Reviews. The Contractor shall provide program management and technical support to coordinate management of long-term facility plans for infrastructure activation, maintenance, sustainment, Special Projects, and MILCON projects in the form of requirements review, data collection, evaluation, assessment, policy development and reporting. The Contractor shall support the activation, integration, development, and/or sustainment of SSP facilities and support equipment. This effort may include technical support for inspections, testing, proofing, documentation, lifecycle support/sustainment, and technical reviews. The Contractor shall provide program management support for SSP Evaluations, Inspections, Investigations, Assessments and Audits. The Contractor shall serve as the Evaluations historian. The contractor shall assist in monitoring and assessing the overall Risk status of SSP programs of record and future planning efforts. The Contractor shall provide Subject Matter Expert support relating to the historical implementation of Risk Management support throughout the TRIDENT II D5LE Production program. Please refer to the attached draft SOW (Attachment 1) for a complete and detailed description of this effort.



For the Missile Systems Support, the contractor shall perform technical and programmatic analysis support to Trident II D5LE flight tests. This shall include delivery of reports and analysis in support of flight test planning, flight test experiment planning, independent review of technical documentation, and support to critical milestone reviews. The contractor shall perform technical and programmatic analysis to support Trident II D5LE missile systems engineering, integration, and testing activities. This shall include support to Strategic Weapon System (SWS) integration, accuracy, and reliability reporting as well as system improvements. The contractor shall perform technical and programmatic analysis to support Trident II D5LE missile, support equipment, and facility safety projects. This shall include the development of systems safety requirements, independent review of documentation, support of critical design milestone reviews, and assist in the authoring and timely routing of documentation and special test memos required prior to the critical milestone reviews. The Contractor shall provide technical support to Missile Branch for D5LE production including assisting in monitoring and assessing the overall status of the program and production efforts. Please refer to the attached draft SOW (Attachment 1) for a complete and detailed description of this effort.



The Contractor’s facility and some of their personnel shall have an active TOP SECRET clearance.



PERIOD OF PERFORMANCE:



Performance is estimated to begin on First Quarter FY2024 and consist of one base year plus four (4) option years.



RESPONSE DEADLINE AND INSTRUCTIONS:



Interested sources shall submit a capability package by COB 15 December 2022 (10 pages or less) containing: 1) company name and address, 2) company point of contact, 3) email address, 4) phone number, and a 5) tailored capability statement addressing the work described above and in Attachment 1, including a list of DOD relevant past performance experience 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 Anzhelika Grabovetskaya (email:anzhelika.grabovetskaya@ssp.navy.mil) with "Sources Sought" 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:



SSP Headquarters Building 200 Suite 3900, Washington Navy Yard, DC United States



Primary Point of Contact:



Contract Officer



Anzhelika Grabovetskaya



anzhelika.grabovetskaya@ssp.navy.mil




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 07, 2022 07:20 pm ESTSpecial Notice (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 >