SOURCES SOUGHT
12 -- AEGIS Modernization M/B/A
- Notice Date
- 9/14/2016
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-16-R-5159
- Archive Date
- 10/29/2016
- Point of Contact
- Dae H. Kim, Phone: 2027811527, Omar Roque, Phone: 2027812678
- E-Mail Address
-
dae.h.kim@navy.mil, omar.roque@navy.mil
(dae.h.kim@navy.mil, omar.roque@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Sea Systems Command (NAVSEA) is conducting market research to identify potential sources that possess the capability to perform efforts in support of the AEGIS Weapon System (AWS) MK 7 production program. The requirements include production and testing of Ballistic Missile Defense (BMD) 4.0.2 equipment including the BMD 5.1 Kill Assessment System (Warhead Data Recording Cabinet), Multi-Mission Signal Processors (MMSPs), Technology Insertion 16 (TI 16) AEGIS AMOD Upgrade (AAU) equipment for in-service DDGs undergoing modernization in FY 2020 and Combat System Support Equipment (CSSE). The TI 16 AAU equipment suite configuration will affect the AEGIS LAN Interconnected System (ALIS), AEGIS Conversion Equipment Group Input/Output (ACEG I/O), Common Computing Equipment (CCE), Digital Video Display System (DiVDS), Secure Voice System (SVS) and other peripherals. Included in these requirements is the testing of a ship set of TI 16 AAU equipment at the Backfit Production Test Facility prior to delivery to DDG 80 to support her AMOD availability. The CSSE refers specifically to the AWS Electronic Equipment Fluid Cooler (EEFC). The scope of work requires demonstrated direct experience with the production, integration, assembly, test, design, and logistical support for the AWS MK 7. Due to the nature of this requirement, a prospective offeror would need to demonstrate the required level of technical expertise, a responsive and stable supplier base, and the production capability necessary to deliver the fully tested equipment on time to meet a demanding set of shipyard schedules. All potential sources with the capability to accomplish the requirements referenced in this notice are invited to submit written information sufficient to demonstrate the respondent's ability to fulfill the requirements described in this notice. Responses to this notice must be submitted via email to the points of contact listed at the bottom of this notice, and must be received no later than 5:00PM Eastern Daylight Time (EDT) on 14 October 2016. The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice and "AWS AEGIS Modernization (AMOD) Sources Sought Notice." Please limit responses to a maximum of eight (8) pages in length, excluding the cover page, based on a minimum font size of 10 point. Include a cover page with your response that lists the following information: a. Solicitation Number for this Notice b. Vendor/Company Name c. Vendor Mailing Address and Physical Address (if different) d. Name of the Point of Contact e. Email Address f. Phone Number g. Vendor DUNS Number h. Business Size Status (based on NAICS code for this notice) i. A list of all NAICs codes as identified in the vendor's Online Representations and Certifications Application (ORCA) All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice. This notice is not a request for proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-5159/listing.html)
- Record
- SN04272300-W 20160916/160914235943-9b54277c9d66182b2fe9cb408ccd73f1 (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 |