Federal Bid

Last Updated on 21 Feb 2019 at 9 AM
Sources Sought
Washington

SP32 SUPPORT -CPFF LOE

Solicitation ID N0003019R0030
Posted Date 22 Jan 2019 at 7 PM
Archive Date 21 Feb 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Strategic Systems Programs
Agency Department Of Defense
Location Washington United states 20374
 

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-fixed-fee (CPFF) type contract for Acquisition Support; Systems Engineering Support; and Engineering Services associated with Research, Development, Test, and Evaluation activities.

The aforementioned support includes and requires the following:  A.  Nuclear Weapons Security (NWS) Acquisition Support such that the Contractor shall support SP30 Division with respect to Integrated Nuclear Weapons Security Systems (INWSS) acquisition activities, including support with existing and future contracts. The Contractor shall support acquisition strategy assessments and provide recommendations. The Contractor shall review and comment on acquisition plans and assist in monitoring status in execution of the acquisition plans. The Contractor shall assist in the preparation of acquisition documentation. The Contractor shall conduct assessments and provide recommendations regarding acquisition activities. The Contractor shall conduct necessary travel in order to perform the above support activities;  

B.NWS Systems Engineering Support such that the Contractor shall provide systems engineering services to SP30 Division in support of the INWSS acquisition, operational support and information assurance strategies.  The Contractor shall provide analysis and recommendations for concepts of operations, organizational structures and alignment, alternative technical and programmatic approaches, future technologies and specific problem identification and resolution relative to the INWSS acquisition and operational support strategies and prime contractor's statements of work. The Contractor shall provide analysis and recommendations for prime contractor's INWSS acquisition and sustainment strategies; assist with evaluations of the INWSS prime contractor relative to contract requirements including performance parameters, cyber security and operational metrics; evaluate the prime contractor performance regarding incentives scoring and provide recommendations for modifications to address programmatic changes and emerging issues. The Contractor shall conduct necessary travel in order to perform the above support activities; and

C. There will be an Option for R&D, NWS Research and Development Support, which will include reviews, conducting assessments and evaluations, and providing recommendations on NWS special studies, NWS Research and Development (R&D) Technology Projects, associated transition plans to include required production planning, integration planning, and associated integration testing appropriate for capabilities and projects as directed by the Government. The Contractor shall conduct necessary travel in order to perform these support activities.

The contract award is estimated to be in March 2019, and the applicable NAICS code for this requirement is 541330. The applicable Product Service Code is R425 (Support- Professional: Engineering/Technical).

PURPOSE OF NOTICE: The Sources Sought 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. It is noted that EMCUBE Inc., (CAGE 02NW1) is currently considered the only known company capable to perform this effort.

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 February 6, 2019 (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's listed above and company's capability, 6) specifics addressing existing subject matter expertise to provide the aforementioned support, 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 David Schofield (email: [email protected]), with "SOURCES SOUGHT NOTICE FOR SP32 SUPPORT -CPFF LOE" in the subject line of the Email.

PERIOD OF PERFORMANCE: A contract is contemplated to be awarded on or before 1 March 2019, and end December 2022.

PERFORMANCE LOCATION:  1250 10th Street S.E., Suite 3600, Washington Navy Yard, 20374-5127 and at the contractor's facility.

Bid Protests Not Available