Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2016 FBO #5214
MODIFICATION

58 -- Automated Digital Network System (ADNS) - Increment III (INC III)

Notice Date
3/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
334210 — Telephone Apparatus Manufacturing
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-16-R-0028
 
Response Due
5/31/2016
 
Archive Date
6/30/2016
 
Point of Contact
Point of Contact - Clayton R Thomas, Contract Specialist, 619-524-7199; Stephen R Beckner, Contracting Officer, 619-524-7389
 
E-Mail Address
Contract Specialist
(clayton.r.thomas@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Command (SPAWAR), in support of the Program Executive Office - Command, Control, Communications, Computers and Intelligence (PEO- C4I), Tactical Networks Program Office (PMW 160), in order to promote the early exchange of information, has released draft Request for Proposal (RFP) number N00039- 16-R-0028 for the procurement of the Automated Digital Network System - Increment III (ADNS INC III) production units based on Government provided Technical Data Packages (TDPs). ADNS provides surface, submarine, shore and airborne platforms access to the tactical Wide Area Network (WAN) for Navy Internet Protocol (IP) network operations. ADNS INC III shall provide an all Internet Protocol (IP) converged voice, video, and data solution, with the ability to transport non-IP legacy applications. ADNS INC III afloat systems will support 25-50 Megabits per second (Mbps) aggregate throughput, depending on variant, and efficiently allocate network bandwidth through the use of dynamic bandwidth management. The ADNS INC III procurement will be conducted under full and open competition. The Government anticipates a multiple award contract (MAC) of two or more indefinite delivery / indefinite quantity (IDIQ) contracts, each with an eight year ordering period. The contract will include firm fixed price (FFP) CLINs for ADNS INC III production units for surface, submarine, Broadcast Control Authority (BCA) and small form factor variants, ancillary kits, system modules, system components and spare parts. The contract will also include FFP and cost plus fixed fee (CPFF) CLINs for associated ADNS INC III engineering support services. The ADNS INC III draft RFP N00039-16-R-0028 consists of the following documents: 1. Draft RFP Section B 2. Draft RFP Section L 3. Draft RFP Section M 4. Draft Statement of Work (SOW) 5. Draft Contract Data Requirements List (CDRL) List 6. Draft CDRLs 7. PKI Certificate Information 8. DD Form 2345 Instructions 9. Draft Distribution Statement C and D document list This draft RFP has been released with supporting attachments and reference documents that are marked Distribution Statement C: Distribution authorized to U.S. Government agencies and their contractors and Distribution Statement D: Distribution authorized to DoD and U.S. DoD contractors only. The Distribution Statement C and Distribution Statement D supporting documents are posted on a PKI secured Government website at: https://nesi.spawar.navy.mil/projects/adns.frp.preawa/ In addition, some of the draft RFP supporting attachments and reference documents are marked as Export Controlled. Defense contractors must have an active/approved DD Form 2345 - Military Critical Technology Data Agreement Certificate issued by the U.S./Canada Joint Certification Office at: http://www.dlis.dla.mil/jcp on file with the SPAWAR contracting office in order to be granted access to the draft RFP export controlled material. The Export Controlled draft RFP supporting documents are posted for download on a PKI secured Government website located at: https://nesi.spawar.navy.mil/projects/adns.frp.preawa/ These websites require a DoD or External Certification Authority (ECA) Public Key Infrastructure (PKI) certificate in order to access the Distribution Statement C, Distribution Statement D and Export Controlled documents on the site. Instructions for obtaining both a PKI certificate and instructions for submitting a DD Form 2345 for access to the export controlled documents are posted with draft RFP N00039-16-R-0028 on the SPAWAR E-Commerce Central website located at: https://e- commerce.sscno.nmci.navy.mil/ under Headquarters, Future Opportunities. Potential offerors are encouraged to obtain PKI certifications and submit DD Form 2345 as early as possible to ensure access to the ADNS RFP technical documents when the final RFP is released. Questions and comments regarding the draft RFP are encouraged in order to improve the clarity, quality and/or contents of the RFP. Questions and comments regarding this draft RFP are requested to be submitted no later than Friday, 18 March 2016. Questions and comments are requested to be submitted in writing via e-mail only to: Clayton Thomas, Contract Specialist, SPAWAR 2.1C4, (clayton.r.thomas@navy.mil) with copy to: Stephen Beckner, Contracting Officer, SPAWAR 2.1C1, (stephen.beckner@navy.mil). All submissions become Government property and will not be returned. Verbal questions and comments regarding the draft RFP will not be accepted. The Government anticipates providing public answers to questions and comments received regarding this draft RFP, via the SPAWAR E-Commerce Central website, prior to the release of the final RFP. All questions and comments shall be in a format non-attributable to the company or individual submitting the questions or comments to allow for public release. THIS IS A DRAFT RFP ONLY. This draft RFP is issued solely for information and planning purposes it does not constitute a formal RFP or a promise to issue a formal RFP in the future. The information provided in the draft RFP is subject to change and is not binding on the Government. This draft RFP does not commit the Government to contract for any supply or service whatsoever. The Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this draft RFP. The Government has not made a commitment to procure any of the items discussed, and release of this draft RFP should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All costs associated with responding to this draft RFP will be solely at the interested party's expense. Not responding to this draft RFP does not preclude participation in any future formal RFP, if any is issued. If a formal RFP is issued, it will be announced on the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov and the SPAWAR E-Commerce Central website at: https://e-commerce.sscno.nmci.navy.mil/. It is the responsibility of potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-16-R-0028/listing.html)
 
Record
SN04035657-W 20160303/160301234843-37f5601517acff08348093c104e0fac3 (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.