SOLICITATION NOTICE
A -- Market Research and Request for Information (RFI) For Non Developmental Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) Systems
- Notice Date
- 8/23/2012
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- ZIP Code
- 00000
- Solicitation Number
- N0002412R6323
- Response Due
- 9/17/2012
- Archive Date
- 10/2/2012
- Point of Contact
- Peter Agyei-sarpong 202-781-3600 Naval Sea Systems Command, Contracting Officer SEA026, Document Control
- E-Mail Address
-
gton
- Small Business Set-Aside
- N/A
- Description
- This is an RFI for planning purposes only, as part of a market survey led by PMS-408, EOD/CREW Program Office, Naval Sea Systems Command (NAVSEA). This is not a Request for Proposal. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Background: The Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) initiative has urgent and compelling operational requirements to counter the threat posed by Improvised Explosive Devices (IED) in order to reduce combat fatalities during Operation New Dawn (OND) (formerly Operation Iraqi Freedom) and Operation Enduring Freedom (OEF). PMS 408 EOD/CREW provides the military services with EOD and CREW systems, tools, equipment and information to the threat from Improvised Explosive Devices (IED). Various EOD tools and equipment are used to search for, map, identify, investigate, neutralize, and dispose of IEDs on land and in shallow water. The current CREW systems (dismounted systems, mounted systems and semi-permanent geographical area/fixed systems) are designed to combat radio-controlled IEDs. There are several EOD and CREW system designs in various stages of development, production, fielding, and sustainment. PMS-408 EOD/CREW is searching for companies that have Non Developmental or Commercial off the Shelf CREW dismounted and mounted systems that are able to counter a range of threats. The program office will develop its acquisition approach partly based upon the responses to this request for information. The specific requirements of the systems will be provided through separate correspondence to interested companies through classified channels. Notional Approach: A three phased acquisition approach where: Phase 1 is a comparative test between contractor EDMs provided on bailment with some limited funding provided to vendors for system support during testing; the Government would provide threat scenarios to Industry that would be verified through or by leveraging laboratory testing; Phase 2 would be a down select to procure up to 43 dismounted and 22 mounted EDMs and fielding prototypes on a FFP contract option (awards may be made to multiple and/or different vendors) as soon as possible with a delivery goal of September 2013. Phase 2 could also potentially include a CPFF option for additional development to get systems to meet full requirements; Phase 3 could either be a FFP contract option or a separate contract to procure an additional ~1000 units for USN, USAF and USMC. Specifically the PMS 408 program office is looking for companies that have the ability and would be willing to deliver three (3) systems on bailment to the Government with some limited funding provided to the contractor for systems support during testing in the February 2013 timeframe. Submission of just one variant will be considered. The systems would undergo Government testing. Given the timeframe, PMS-408 is interested in systems that are nearly ready to field and would only require minimal changes to meet the requirements provided through separate correspondence (SEPCOR). Qualified respondents need to have demonstrated past performance in systems engineering and technical expertise with hardware, firmware, software and technical data required for manufacturing, production, maintenance, and support of CREW systems. Qualified respondents need to demonstrate the ability to provide engineering service support, depot maintenance support, spare parts and consumables, engineering change proposals, technology insertion and refresh, obsolescence management support, logistics management information, and demilitarization and disposal of the proposed systems. Qualified respondents need to demonstrate the ability to fabricate an operational system and have the ability and production capacity to rapidly ramp up a production line. Requested Information: Respondent is requested to provide information on the following: a)Industry ™s ability and interest in providing the Government three (3) NDI CREW systems on bailment by February 2013 for each variant for a competitive down select; funding would be provided for system support during testing; b)Define how long would it take Industry to deliver 43 dismounted crew systems based upon April 2013 contract award of Phase 2 effort. c)Define how long would it take Industry to deliver 22 mounted crew systems based upon April 2013 contract award of Phase 2 effort; d)Identification of risks and the mitigation plans of long lead material associated with the delivery of 43 dismounted crew and 22 mounted crew systems respectively based on April 2012 contract award date for Phase 2 effort. e)Industry ™s interest and concerns in pricing 43 Dismounted and 22 Mounted EDMs on a FFP basis. f)Industry ™s interest and concerns in pricing 360 Dismounted and 150 Mounted EDMs on a FFP basis. g)The ability to meet Priority 1 & Level 1 requirements provided SEPCOR with the EDMs delivered in the February 2013 timeframe; if unable to meet requirements how much additional development would be required? h)The ability to meet the Priority 2 & Level 2 requirements provided SEPCOR with the EDMs delivered in the February 2013 timeframe; if unable to meet requirements how much additional development would be required? How long would it take to deliver systems meeting Level 2 requirements? i)The ability to meet the Priority 3 & Level 3 requirements provided SEPCOR with the EDMs delivered in the February 2013 timeframe; if unable to meet requirements how much additional development would be required? How long would it take to deliver systems meeting Level 3 requirements? j)The ability to meet the Priority 4 & Level 4 requirements provided SEPCOR with the EDMs delivered in the February 2013 timeframe; if unable to meet requirements how much additional development would be required? How long would it take to deliver systems meeting Level 4 requirements? k)Identification of risks and the mitigation plans for not being able to meet any of the requirements provided SEPCOR; l)The ability to meet current Manufacturing Readiness Level 8 for the system proposed and ability to rapidly ramp up a production line; m)Manufacturing capability to include: manufacturing/assembly location(s), available floor space, production capacity/throughput, equipment/tooling, and availability of skilled workers; n)Relevant certifications (e.g., ISO 9000); o)Industry ™s ability to provide Field Service Representative Support (CONUS and OCONUS); p)Recommendations of how Industry can help the Government efficiently and effectively execute the production activities. Response Format: Interested firms who believe they are capable of providing systems engineering, production, maintenance, and support of CREW systems are invited to indicate their interest by providing; (a) company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; and (b) business size and unique qualifiers (e.g., large, small disadvantaged, veteran owned, woman owned, etc.). All classified material should be double wrapped (in accordance with NISPOM DoD instruction 5220.22) and sent via FEDEX or registered mail. Interested parties should contact Mr. Rob Cox (812) 854-4064 or Mr. Adam Webb by phone (443)861-0619 or email (JCREWIIEDay@navy.mil ) to obtain a copy of the classified requirements. Must be able to receive and protect CLASSIFIED level documents; please provide company cage code and mailing address for receipt of CLASSIFIED information.All information that is Export Controlled must remain under continuous US control. No ITAR-controlled information, critical components or CPI shall be released to or developed, tested, fabricated or assembled by foreign: nationals, facilities, subcontractors, suppliers or vendors. Contractors interested in receiving technical data shall submit their request along with their NDA, include a point of contact or name of authorized representative, and phone number electronically to JCREWIIEDay@navy.mil no later than 05 September 2012. Interested parties are requested to respond to this RFI in Microsoft Word for Office 2007 “ compatible format. RFI responses are limited to fifteen (15) pages, including cover and administrative pages, and shall be delivered using 10 point font or larger. All classified material should be double wrapped (in accordance with NISPOM DoD instruction 5220.22) and sent via FEDEX or registered mail to: Naval Sea Systems Command Contracting Officer SEA026 Document Control 1333 Isaac Hull Avenue SE Washington Navy Yard Washington DC 20376-7039 Response Deadline and Submissions: Responses are requested no later than 17 September 2012 at 1200 EDT. Registration to attend: The Classified Open Business Technical Information Exchange Day will be on 11 SEP 2012 and held at the CACI Enterprise Solutions Inc, 4114 Legato Rd., Fairfax, VA 22033. Directions to CACI Enterprise Solutions Inc. building may be provided upon registration. Space constraints make it necessary to limit attendance to two people per company. To register, please send email to: JCREWIIEDay@navy.mil by 31 AUG 2012. The email shall include the participants ™ full name, company they are representing, along with their titles and email addresses. ALL VISITORS are required to submit advance notice via faxed to 703-460-1854 to the attention of CACI Security Officer. Voice Confirmation may be obtained at 703-460-1737. The advance notice should include the following information: 1.Facility's name, address, telephone number, Commercial and Government Entity (Cage) code, if applicable, and certification of the level of the facility security clearance; 2.Name, date and place of birth, citizenship, and SSN of the employee intending to visit; 3.Certification of the proposed visitor's PCL and any special access authorizations required for the visit; 4.Name of person(s) to be visited; 5.Purpose of the visit; 6.Date or period during which the visit request is to be valid; and 7.Security Office signature If your organization uses the DoD database, JPAS, they may send it to us using our SMO Code: 3TCA15. On the day of the event, visitors will need to check in at the CACI Enterprise Solutions building and registration/security information will be verified prior to entrance. All the briefings will remain at the classified level presenting the high-level system requirements and future technology requirements and the meeting is expected to run from 09:00 to 13:00 with registration starting at 08:00. Questions may be submitted until 04 September 2012 by email to Mr. Peter Agyei-sarpong at peter.agyei-sarpong@navy.mil. Each question submitted will be consolidated and published in an amendment to this RFI. PMS 408 plans to hold an Open Business Technical Information Exchange day on 11 September 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R6323/listing.html)
- Record
- SN02852700-W 20120825/120824000802-bb7dcfe37ff5e7ac8c7ca4016f6e9693 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |