Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2015 FBO #5069
SOLICITATION NOTICE

70 -- NEXT GENERATION SURFACE SHIP WARFARE SYSTEMS PPTA TECHNICAL DEVELOPMENT AND DESIGN SUPPORT - SOW

Notice Date
10/8/2015
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017816R3000
 
Archive Date
12/29/2015
 
Point of Contact
PHILLIP MAKELY, Phone: 540-653-4404
 
E-Mail Address
phillip.makely@navy.mil
(phillip.makely@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia 22448-5110 intends to procure for the Combat Direction Systems Activity Dam Neck (CDSADN), R30 Division, the commercial, functionally representative products and related services that are necessary to support the development, integration, verification, acquisition, and delivery of the Next Generation of Surface Ship Warfare Systems equipment, components, and peripherals. The majority of purchases on this contract shall be for electronics hardware and equipment. The Contractor shall provide the following: Next Generation Production Prototype and Test Articles (PPTA), (formerly known as Engineering Development Models (EDMs), prototypes and Commercial Equivalents) of shipboard and shore based tactical and non-tactical systems components assigned to CDSADN. Accompanying support services shall encompass design engineering support; hardware and software engineering services; prototyping; fabrication; and functional testing. Procurement services shall support the development and maintenance of Technical Data Packages (TDP) for the commercial systems; development and implementation of Information Assurance features; site lab technical support; maintenance procedure augmentation; systems engineering; technical support for integration and testing efforts; environmental qualification test planning and execution; training course development and updates; performing training classes; technical documentation development and review; and system and equipment level technical refresh planning. Once validated, resultant designs, drawing packages, and assembly instructions will be used to support equipment acquisition via competitively awarded commercial production contracts. Technical support services also shall provide provisioning analysis in the form of work break down structures (WBS) to determine requirements and configuration management support for shipboard and site specific Installation and Check Out (INCO) kits, Maintenance Assist Modules (MAMs), Equipment installation mating connector kits, and Interim Spares Kits. Contract Type and NAICS/FSC: The Government plans to award a single source Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The Government contemplates a combination of a Firm Fixed Price (FFP) CLIN, a Cost-Plus-Fixed-Fee (CPFF) completion CLIN, a Cost-only materials/other direct cost CLIN, and a Not Separately Priced deliverables CLIN. The NAICS Code for this requirement is 334111. The NAICS size standard is 1,000 employees. The FSC Code is 7050. An Organizational Conflict of Interest (OCI) clause as defined by FAR 9.505 will be included in the resultant RFP and contract. Period of Performance The resultant contract award will have a period of performance five years. Competition Approach This requirement is designated as open competition. Incumbent This is a new requirement. There is no incumbent. Source Selection Procedures Best Value source selection procedures will be utilized. Written proposals will be evaluated in accordance with the Solicitation. Mandatory Requirements Offerors must meet all mandatory requirements or provide an acceptable plan to meet the requirements by time of award. In addition, all mandatory requirements must be maintained throughout the life of the contract. The mandatory requirements are as follows: The following requirements are mandatory and must be met at the time of proposal submission or provide an acceptable plan to meet the requirements by the time of award as well as maintained throughout the period of performance: Requirement 1: Contractor Facility. The contractor shall have and maintain a facility to serve as the principal place of performance for tasking requirements issued under this Contract. The facility shall meet or exceed the following requirements and capabilities: a. Minimum of 2,000-sq. ft. of workshop space to repair a minimum of 4 commercially equivalent, functionally representative SSDS suites simultaneously, each of which requires 500 sq. ft. to set up in a representative environment, and 3,000-sq. ft. of storage space to crate and stage, for shipping purposes, 4 commercially equivalent, functionally representative SSDS suites simultaneously. b. Capability to safely load onto and unload from covered or uncovered trucks crated or uncrated electronic equipment which are up to 84 in. high, 40 in. wide, 34 in. deep, and 3,000 lbs. when crated. c. Capability to fabricate chassis, front panels, frames, brackets, and other sheet metal components; including machining, bending, drilling, priming, painting, engraving, and silk-screen marking. d. Capability to assemble and perform continuity checks on connectors & cables and to fabricate wire and cable harnesses. e. Capability to obtain (fabricate or procure) and test unloaded printed-wiring boards, up to six layers, and assemble them in frames. f. Capability to assemble and solder electronic components, including Electro Static Discharge (ESD)-sensitive devices, onto printed-wiring boards up to six layers. g. Capability to fabricate wooden shipping containers, and to pack and package equipment, including ESD-sensitive assemblies, for shipment. h. Capability to produce 3-D solid models and engineering drawings up to size "D". Models and drawings produced must be made available, with sufficient metadata to enable model/drawing re-use without loss of fidelity, to the government, upon request, using a file format or information exchange form specified by the government. i. Capability to revise engineering drawings and to provide working paper copies (up to size "E"). j. Capability to repair and remove components from printed-wiring boards up to six layers. k. Capability to produce technical documentation (paper, DVD/CD-ROM) in Microsoft Office format, (compatible with NMCI version) (to include MS Project, MS Visio and MS Access), Autodesk Inventor or other PC software stipulated in Delivery Order SOWs. l. Capability to produce paper-working copies (Xerox or equivalent) of technical documentation up to 11 x 17 in. Requirement 2: Contractor Facility Export Control and U.S. Only Marked/NOFORN Document Handling. There is no security clearance requirement; however, the facility must ensure appropriate export control procedures are in place and must protect information that may be marked U.S. Only (or alternatively, marked NOFORN"). Requirement 3: U.S. Citizen Requirement for Contractor Personnel. There are no specific personnel security clearance requirements. Personnel working under this contract shall be U.S. Citizens. Industry Day An Industry Day will be held on October 27, 2015 at the Combat Systems Direction Activity, Dam Neck, Hopper Hall, Command Auditorium, 1922 Regulus Avenue, Virginia Beach, VA. Registration will begin at 8:30AM. Contractors interested in attending Industry Day are required to send an email notification to Phillip Makely at: phillip.makely@navy.mil not later than October 16, 2015. All Industry Day attendees must possess either a CAC card, be listed in JPAS, or present a completed I-9 Form prior to being granted permission to come aboard CDSADN. Those that do not possess a CAC card or are not listed in JPAS must submit a visit request via JPAS using SMO Code 632734 no later than ten days prior to the Industry Day. A copy of the request form is available at the CDSA public website: https://ddworkspace.nswc.navy.mil/nswcdd/DamNeck/Miscellaneous%20Forms%20and%20Documents/AISE%20Custody%20Form.pdf. If the request is not submitted ten days prior to the Industry Day, you may not gain access aboard CDSADN for the Industry Day. To expedite check in on the day of the Industry Day at the Quarterdeck, all individuals attending must send a notification to attend, regardless of warfare affiliation, to Michael Mountain (michael.mountain@navy.mil) and Randy Tucker (randy.tucker@navy.mil), and a courtesy copy sent to Phillip Makely (phillip.makely@navy.mil) and Charles Thompson (charles.e.thompson@navy.mil) by 20 October 2015. Please reference "Michael Mountain/PPTA Industry Day" in the notification. All visitors are subject to Department of the Navy and local CDSADN security regulations and procedures. If classified discussions are part of the Industry Day, all cellular telephones are prohibited. Prohibited items are personally owned cellular telephones, photographic equipment, including photo-capable cellular telephones, personally owned electronic devices, and any flash media. All NMCI LAPTOPS must be registered at the Quarterdeck. DoD Civilians will need to display CAC to enter the NAS Oceana Dam Neck Annex. Contractors who will be driving rental vehicles or do not have CAC/Navy Region Mid-Atlantic Regional Contractor Badges must coordinate sponsorship with the Industry Day POC. For any additional security coordination please contact the Security Manager at (757) 492-7922/DSN 492-7922. During the Industry Day brief the Government will be making a technical presentation of the SOW. Interested parties in attendance will be given the opportunity to submit written questions after the presentation. Questions can be submitted on cards provided to attendees at the beginning of the presentation. The Government will either answer these questions at the end of the presentation or distribute the answers to all attendees via email. Milestones The solicitation is estimated to be available on the FedBizOps website on or around November 9, 2015 and will be open for at least 30 days. Award is planned for June 1, 2016. Draft Statement of Work (SOW: A draft copy of the SOW is attached in FBO for potential offerors to review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017816R3000/listing.html)
 
Record
SN03918576-W 20151010/151008235212-aa1e07123ec7ee4bd29f6fc42ec1e091 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.