Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2015 FBO #5095
SOURCES SOUGHT

70 -- Request for Information-OEM Hardware

Notice Date
11/3/2015
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Philadelphia Division, 5001 S. Broad Street, Philadelphia, Pennsylvania, 19112-1403, United States
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-15-R-5153
 
Archive Date
11/25/2015
 
Point of Contact
Michael R. Woody, Phone: 2158977211
 
E-Mail Address
michael.woody1@navy.mil
(michael.woody1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought REQUEST FOR INFORMATION (RFI) N64498-15-RFI-5153 THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement to procure hardware items in support of Navigation and Ship Control Systems currently installed on the following multiple classes: CVN; MCM, LSD; LPD; LHA; and LHD. It is the Government's intention to procure these hardware items, utilizing other than full and open competition, from Rocky Research IAW FAR 6.302-1, as only Rock Research meet the Government's requirements. Rocky Research hardware is required to ensure continued operational capability of numerous critical systems aboard aircraft carriers and other surface combatants. Rocky Research, as the Original Equipment Manufacturer (OEM), is the sole designer and fabricator of this equipment, and, as such, is the only contractor with the complete technical data necessary to furnish the required hardware. No other firm possesses the prerequisite technical data as this information is proprietary to Rocky Research. The Government does not possess full legal rights to the technical data. Only Rocky Research possesses full legal rights to this information. Based on above, Rocky Research is the only contractor which qualifies to perform the efforts associated with the specifications under this requirement. Rocky Research is not willing to sell complete technical data and software source codes to the Government since most of the equipment has been developed for the Navy by modifying Commercial-Off-The-Shelf hardware. Access to this information is required to continue the support of the Rocky Research equipment currently in use on highly critical Navigation and Ship Control systems installed in the fleet. Without direct access to Rocky Research for their hardware and engineering knowledge, there is a high risk that the currently installed systems will suffer from inadequate support and eventual failure. Serious issues, such as the inaccurate targeting of combat systems equipment and the safety of navigation with regards to steering control, could arise if the necessary support was not in place. Certification efforts have been completed using the Rocky Research hardware specified. Including Combat Systems Integration, Steering Control and Navigation Qualifications. Modifying the hardware that has already been certified will cause recertification efforts to occur, costing the Navy approximately $3,000,000 in total potential requalification efforts. This cost impact is related to the additional funding required to procure and test new hardware equipment, as well as accounting for the amount of labor expended to develop and qualify the associated systems and components. It is estimated that the time required for another vendor to produce products that meet the required certifications is 36 months, which is unacceptable to meet U.S. Navy ship installation schedules.. NSWCPD intends to issue a solicitation to the specified vendor to meet mission requirements. Prior to issuing a brand name only solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy. A copy of the DRAFT Statement of Work (SOW) is attached. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required hardware items to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements found in the SOW. Responses are not to exceed more than 10 pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Michael Woody at michael.woody1@navy.mil with the subject line " RFI N64498-15-R-5153" All responses shall be unclassified and submitted by no later than 18:00 on 10 November 2015. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b4558e0380e63678ba5391e8cc512480)
 
Record
SN03936440-W 20151105/151103234139-b4558e0380e63678ba5391e8cc512480 (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.