FY25-FY28 Production and Deployed System Support (P&DSS), W93/Mk7, Reentry Systems Technology Development and TRIDENT II D5LE2 Support
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: May 01, 2024 04:38 pm EDT
- Original Response Date: May 08, 2024 03:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: May 23, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1410 - GUIDED MISSILES
- NAICS Code:
- 541330 - Engineering Services
- Place of Performance: DCUSA
Description
SSP will be awarding an Engineering Services contract to Lockheed Martin Space to support FY25-FY28 P&DSS and W93/Mk7 efforts. This contract includes, but is not limited to production support, engineering and operational support, technical support, special studies, W93/Mk7 Aeroshell design, development and production; support for planning and development/test of the Reentry Body (RB) builds for flight and ground test, as well as support of flight and ground test execution. This D5LE2 effort will also support the Strategic Weapon System (SWS) Flight Subsystem prime integration to ensure an overall Flight Subsystem solution, and flight test data acquisition and analysis, and will provide architectures, requirements, and preliminary designs to alter and extend the D5LE missile life.
Pursuant to the authority of 10 U.S.C. 3204(a)(1), the Government intends to conduct negotiations with Lockheed Martin Space, Titusville, FL. Primary work locations are Titusville, FL, Denver, CO, Valley Forge, PA, Kings Bay, GA, Cape Canaveral, FL, and Silverdale, WA. Performance will extend through 30 September 2031.
The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. All responses must be received within the posted date of response to this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITVE PROPOSALS.
NOTE: The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.
THIS PRE-AWARD NOTICE IS NOT A REQUEST FOR PROPOSAL AND IS FOR INFORMATIONAL PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
Attachments/Links
Contact Information
Contracting Office Address
- 1250 10TH STREET SE SUITE 3600
- WASHINGTON NAVY YARD , DC 20374-5127
- USA
Primary Point of Contact
- Alexander Miller
- Alexander.Miller@ssp.navy.mil
- Phone Number 7032582192
Secondary Point of Contact
History
- Oct 16, 2024 11:55 pm EDTSpecial Notice (Updated)
- May 23, 2024 11:55 pm EDTSpecial Notice (Original)
- Nov 03, 2023 11:55 pm EDTSources Sought (Original)