Support Services for Nuclear Weapons Surety, Policy, and Compliance

expired opportunity(Expired)
From: Federal Government(Federal)
N0003025R1037

Basic Details

started - 18 Sep, 2023 (7 months ago)

Start Date

18 Sep, 2023 (7 months ago)
due - 09 Oct, 2023 (6 months ago)

Due Date

09 Oct, 2023 (6 months ago)
Bid Notification

Type

Bid Notification
N0003025R1037

Identifier

N0003025R1037
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710286)DEPT OF THE NAVY (157179)SSP (616)STRATEGIC SYSTEMS PROGRAMS (526)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Support Services For nuclear weapons surety, policy, and compliance – N00030-25-R-1037 1.0 Classification Code R – Professional, administrative, and management support services2.0 NAICS & PSC Codes The applicable North American Industry Classification System (NAICS) code is 541330 – Engineering Services. The applicable PSC code is R425 – Engineering & Technical Services3.0 Contracting Office AddressStrategic Systems Programs (SSP)1250 10th Street, Suite 4600Washington DC 203744.0 SynopsisThis is a SOURCES SOUGHT NOTICE (SSN) announcement. SSNs are issued to assist the Agency in performing market research to determine industry interest and capability. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Therefore, no proposals are being requested or accepted in response to this SSN.5.0 PurposeIn accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10, SSP is conducting
market research to identify potential sources capable of successfully performing Services in support of the Nuclear Weapons Surety, Policy, and Compliance branch as identified in the enclosure (1) SSN Statement of Work (SOW) cited in paragraph 8.0 below.The contract type will include Level of Effort (LOE), Term Contract Line Item Numbers (CLINS). The Period of Performance (POP) will include a base year FY25 effort from 16 February 2025 to 15 February 2026, and four (4) corresponding one-year option periods.6.0 White Paper Capability Statement Credentialsa. SSP is seeking detailed, complete, and thorough White Paper capability statements from interested firms who can demonstrate and document, with evidentiary support, that they 1) possess the minimum qualifications and experience identified in paragraph 7.0 which are critical to the successful execution of the requirements, and 2) demonstrate recent and relevant experience, as the Prime contractor, performing the same/similar efforts of the same/similar scope, size, and complexity to the enclosure (1) SSN SOW requirements identified in paragraph 8.0. Interested firms must demonstrate their existing capability, or potential to acquire the capability, to meet the enclosure (1) SSN SOW requirements by the time of contract award, estimated to be 15 February 2025.6.1 Small Business ConcernsIAW FAR Subpart 19.2 Polices, SSP seeks to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns. Small Business Concerns who possess the minimum qualifications and experience identified in paragraph 7.0 and who can demonstrate its concerns’ capability (or ability to obtain the capability by the contract award date) to execute the complete requirements identified in the enclosure (1) SSN SOW in paragraph 8.0, as well provide the requisite past performance experience detailed in Section 9.0, are encouraged to respond to this SSN. If a small business concern intends to partner with another entity, the small business concern must identify which specific enclosure (1) SSN SOW efforts/tasks it intends to perform, as well as the specific efforts/tasks the partner will perform, with the substantiating data required in this NW Surety supporting the identified partnering roles and responsibilities. NOTE: 100% of the enclosure (1) SSN SOW and SSN requirements must be addressed in any submitted partnering submittal. A partnering submittal cannot merely state “We plan to team with XYZ Corporation” without supporting qualifications and experiential content. A letter of general intent from the named partner must be included with the SSN response.NOTE: In the event this contract is set aside for small business concerns, the small business concern agrees that it will be in strict compliance and conformance with the percentage payment limitations for services, supplies, or construction (as applicable) to subcontractors that are not similarly situated entities in accordance with FAR 52.219-14 Limitations on Subcontracting and state such in their response. 7.0 Minimum Qualifications / Experience RequirementsInterested firms shall document and submit specific and evidenced / demonstrated possession of the minimum qualifications and experience requirements in the technical areas identified in bullets a through i below which are critical to the successful execution of the enclosure (1) SSN SOW requirements in paragraph 8.0. This experience shall be documented as specified in paragraph 9.0. :Expertise with the development and interpretation of Policies for Navy Nuclear Weapons Surety related matters at all levels.Expertise, DoD and Navy Nuclear weapons inspection system and processes.Understanding of Nuclear Weapons Incidents (NWIs), Emergency Management (EM), Continuity of Operations (COOP), Emergency Coordination Centers (ECC) management, and Radiological Health (RADHEALTH) / Radiological Contamination (RADCON) related policies and activities at Federal Emergency Management Agency, Department of Defense, and Department of Homeland Security.Expertise with DoD and DON acquisitionsFamiliar with Nuclear Weapons Safety processes.Expertise with engineering services for the full range of Integrated Nuclear Weapons Security System (INWSS) projects to ensure designs meet intended capability and policy requirementsOn site administration support.Familiar with development of Security perform Modeling and Simulation (M&S)Personnel expert in Nuclear Weapons, threat analysis, physical security, cyber security, special operations, security operations (to include former Marine Corps Security Force personnel) and personnel security, to facilitate and conduct Vulnerability Assessments (VAs) and Localized Threat Capability Assessments (LTCAs) at Strategic Weapons Facilities (SWFs) and specific Fleet locations (CONUS and OCONUS)8.0 Description of Requirements See enclosure (1) SSN Surety and compliance Statement of Work (SOW). 8.1 Quantity of Personnel Required / Place of PerformanceThis contract will require approxima6tely 28 off site Full time Equivalent personnel (FTE) to support NW Surety tasks and one Full Time Equivalent (FTE) personnel who will provide on-site support at the Washington Navy Yard.9.0 Evidentiary Qualifications/Experience Documentation RequirementsInterested firms must possess the requisite minimum qualifications and experience identified in paragraph 7.0 and demonstrated relevant and recent experience as it relates to the enclosure (1) SSN SOW requirements in paragraph 8.0. White Paper Capability statements must include all of the content and details identified below:9.1 Minimum Qualifications / Experience Requirements ValidationWhite Paper Capability statement submissions shall include a discrete section with the heading “Minimum Qualifications / Experience Requirements” and document, with specific information, each of the minimum qualifications identified in paragraph 7.0. This section may cite contract reference efforts detailed in Table A of paragraph 9.2 below provided that respondents provide context and rationale as to how that contract reference effort(s) demonstrate possession of the applicable Minimum Qualifications / Experience requirements of bullets a through i identified in paragraph 7.0 – or have capability of obtaining by contract award.9.2 Relevant & Recent Experience / Supporting NarrativesIn addition to demonstrating possession of the requisite Minimum Qualifications / Experience requirements identified in paragraph 7.0 above (or have capability of obtaining by contract award), interested firms shall demonstrate relevant and recent experience performing the same or similar efforts and or completion tasks (as applicable) to enclosure (1) Surety and compliance Statement of Work (SOW) in paragraph 8.0. Relevant experience is defined as performing efforts/tasks similar in scope, size, and complexity as the enclosure (1) Surety and compliance Statement of Work (SOW) requirements with an annual incurred cost/expense of at least $7M. Recent experience is defined as work performed within 5 years of the SSN posting date. To substantiate the performance of relevant and recent efforts/tasks to the enclosure (1) SSN SOW requirements, White Paper Capability statements shall provide a list of current or previous contract references and the efforts/tasks performed thereunder detailing and evidencing a direct correlation of the contract reference efforts/tasks to the enclosure (1) Surety and compliance SSN SOW using the specific outline provided in Table A below. Submitter’s responses to the Table A SSN CLIN SOW outline shall include the following information per individual contract reference:Summary of relevant work performed and how that specific work demonstrates capability to perform the specific requirements identified in the enclosure (1) Surety and compliance SOW requirements;Current / Prior Contract Number(s) and Customer/Agency Supported;Identification of your role as the Prime or Subcontractor;Contract Type;Period of performance of the specific contract reference effort performed;Quantity of FTE personnel utilized on the specific contract reference effort, per annum, with distinction and FTE quantities identified between the respondents FTE employees and any subcontractor FTE employees;Net Dollar value (base and options) for each contract reference and the Annual Incurred costs for each contract reference provided. NOTE: solely citing an IDIQ ceiling amount or base and all options aggregate value without the annual incurred costs for the submitted contract reference(s) is NOT acceptable – amounts must be specific to the actual incurred costs for a Contract CLIN(s) or Individual Task Order(s), for the contract reference(s) cited in Table A below; andCustomer point of contact with valid phone number and email.NOTE: Work evaluated as not relevant or recent to the enclosure (1) Surety and compliance SOW requirements will not be considered. TABLE A – SUMMARY OF RELEVANT & RECENT WORK EXPERIENCESSN SOW CLINRequirementContract Reference(s) Summary – Document the specific correlation of the contract reference efforts/tasks to the enclosure (1) Surety and compliance SSN SOW CLIN efforts/tasks0001ServicesSurety Policy and EngineeringProvide subject-matter-expertise in the area of NWI, NWTI, Security, RADCON, RADHEALTH, Safety, engineering, policy outlined in enclosure (1) Surety and compliance SOW requirements0002Assessments, Analysis, and ModelingProvide subject-matter-expertise to conduct Nuclear Security threat capability assessments, Localized Threat Capability Assessments (LTCAs) outlined in enclosure (1) Surety and compliance SOW requirements0003Staff Servicesprovide strategic planning support and create and interpret policy and analysis for SSP rapid fielding initiatives related to nuclear weapons surety outlined in enclosure (1) Surety and compliance SOW requirements0004ServicesSafety EngineeringConduct Safety Program Plans (SPPs), Hazard/Environmental Impact Identification and Acceptance Forms (HIFs/HAFs) and Safety Assessment Reports (SARs) outlined in enclosure (1) Surety and compliance SOW requirements10.0 Company Information and Deadline for SubmittalWhite Paper Capability statements shall be submitted in Microsoft Word for Office 2000 compatible format or PDF format and are due no later than 9 October 2023, 4:00pm EST. The White Papers shall not exceed 5 pages in total, using 12-point Times New Roman and 1” margin and shall be submitted via e-mail to righthero.phillips@ssp.navy.mil.ALL White Paper Capability submittals shall include the following information “not” included in the aforementioned maximum 5-page limit:Company Administrative InformationCompany Name:Company Point of Contact (email and phone) and Title:Company Address:Unique Entity Identifier (UEI) No:Cage Code:Size of business, including; total annual revenue, by year, for the past three years and number of employees;Ownership, including whether: small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns;Number of years in business;Identification of the current security clearance held at your facility that will provide support to the enclosure (1) SSN SOW requirements. Respondents to this SSN shall indicate which portions of their response are proprietary and should mark them accordingly. It is the responsibility of the SSN respondent to monitor the sam.gov website for additional information pertaining to any potential acquisition.11.0 Government Capability Evaluation - “CAPABLE / NOT CAPABLE” DeterminationThe White Paper Capability statement responses to this SSN must meet the requirements stated in the SSN and will be evaluated to determine whether each respondent is Capable or Not Capable of performing the requirements. This evaluation will be based solely on the specific data and supporting content provided by the respondents in their White Paper Capability statement submissions. Incomplete or generalized White Paper Capability statements, without specificity as it relates to the SSN content requirements, omitted content, or content which fails to address all of the requirements of this SSN, will have a direct affect upon the Government’s capability determination. The Government’s Capability Evaluation will include, but is not limited to, an assessment of the following:(1) The respondent’s specific and evidenced / demonstrated possession of the Minimum Qualifications / Experience requirements identified in paragraph 7.0;(2) The respondent’s demonstrated ability to manage, as a Prime contractor, the types and magnitude of requirements identified in the enclosure (1) SSN Surety and compliance SOW requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity;(3) The respondent’s demonstrated technical ability, as a Prime contractor, to execute the enclosure (1) SSN Surety and compliance SOW requirements based on their relevant and recent performance of same/similar efforts/tasks in terms of scope, size, and complexity; and(4) The respondent’s demonstrated capacity to execute the enclosure (1) Surety and compliance SOW requirements based on their relevant and recent performance of same/similar efforts in terms of scope, size, and complexity, the quantity of personnel required, and the contract award date.12.0 SSN DisclaimerThis SSN is issued solely for Market Research purposes. It does not constitute a Request for Proposal (RFP) nor a promise to issue an RFP in the future. This SSN does not commit the Government to solicit or award a contract. The information provided in the SSN is subject to change and is not binding on the Government. Respondents are advised that ALL costs associated with responding to this SSN, including any requests for follow-up information, will be solely at the interested parties’ expense and the Government will not pay for any information or costs incurred or associated with submitting a SSN White Paper Capability statement or follow-on responses. The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns).

Washington Navy Yard ,
 DC  20374  USALocation

Place Of Performance : N/A

Country : United StatesState : District of ColumbiaCity : WASHINGTON NA

You may also like

NOS/IOOS - ADMINISTRATIVE AND MANAGEMENT SUPPORT SERVICES

Due: 30 Jun, 2026 (in about 2 years)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Nuclear Safety Technical Support

Due: 04 Jun, 2024 (in 1 month)Agency: National Defence

INFORMATION GOVERNANCE AND PRIVACY COMPLIANCE AND CAPABILTIY SUPPORT SERVICES

Due: 31 Mar, 2025 (in 11 months)Agency: U.S. IMMIGRATION AND CUSTOMS ENFORCEMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541330Engineering Services
pscCode R425Engineering and Technical Services