SOLICITATION NOTICE
R -- Technical Engineering Support Services & Programmatic Support for U.S. Columbia Class SSBN Common Missile Compartment (CMC)
- Notice Date
- 6/11/2025 9:31:15 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- STRATEGIC SYSTEMS PROGRAMS WASHINGTON NAVY YARD DC 20374-5127 USA
- ZIP Code
- 20374-5127
- Solicitation Number
- N00030-26-R-3031
- Response Due
- 6/26/2025 1:00:00 PM
- Archive Date
- 07/11/2025
- Point of Contact
- Anzhelika Grabovetskaya, Phone: 7032589478, Katie O'Donnell, Phone: 2028701128
- E-Mail Address
-
anzhelika.grabovetskaya@ssp.navy.mil, katherine.odonnell@ssp.navy.mil
(anzhelika.grabovetskaya@ssp.navy.mil, katherine.odonnell@ssp.navy.mil)
- Description
- This notice is posted in accordance with FAR Subsection 5.201. SSP intends to solicit and negotiate a contract on a sole source basis under the authority of 10 U.S.C. 3204(a)(1), use of procedures other than competitive procedures, and FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The purpose of this synopsis is to announce Strategic Systems Programs Headquarters� intent to solicit, negotiate, and award a Cost-Plus-Fixed-Fee (CPFF) Level-of-Effort (LOE) Term and Cost Reimbursable (CR) type contract to JRC Integrated Systems, Inc., located at 1201 M Street, SE, Suite G40, Washington, DC 20003. The requirement is for technical, System Engineering and program support services, assessments and special studies in support of the TRIDENT II (D5) Submarine Launched Ballistic Missile (SLBM) Strategic Weapon System (SWS) onto the US COLUMBIA Class SSBN and UK Dreadnought platforms and within the joint US/UK Common Missile Compartment (CMC). The anticipated contract will contain a base year effort for FY 2026 and include a total of four (4) option year periods for FY 2027 and FY 2030, with an estimated value, inclusive of all options, of <$10M. The contract will contain Level-of-Effort (LOE) line items on a Cost-Plus-Fixed-Fee (CPFF) basis. Each LOE line item is estimated to cover a twelve (12) month period of performance, and will include option provisions to increase the LOE up to thirty 30%, in accordance with SSP terms and conditions. The anticipated award date is December 21, 2025. The North American Industry Classification System code (NAICS) assigned for this scope of work is identified as 541330 and the size standard is $25.5 Million. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITVE PROPOSALS. This synopsis is not a request for competitive proposals; however, any responsible source believing that it can fulfill the requirement may submit a capability statement, which shall be considered by the agency. 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. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a579d60b74c4314acf82a526e512252/view)
- Place of Performance
- Address: Washington Navy Yard, DC, USA
- Country: USA
- Country: USA
- Record
- SN07473571-F 20250613/250611230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |