Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2017 FBO #5581
MODIFICATION

58 -- REQUEST FOR INFORMATION– ASSEMBLIES, SUBASSEMBLIES, COMPONENTS, ENGINEERING, TECHNICAL AND LOGISTICAL SUPPORT, REPAIRS, AND DATA OF THE AN/SSX1 SYSTEM TO INCLUDE BUT NOT LIMITED TO THE UYX-4 OR EQUIVALENT PROCESSOR, TUNER CS-5020C OR EQUIVALENT ANTENNA

Notice Date
3/3/2017
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNB45
 
Archive Date
3/24/2017
 
Point of Contact
Lynn Masterson-Brinegar, Phone: 812-854-8865
 
E-Mail Address
lynn.masterson-brine@navy.mil
(lynn.masterson-brine@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 0002: N00164-17-S-NB45 - REQUEST FOR INFORMATION (RFI)- ASSEMBLIES, SUBASSEMBLIES, COMPONENTS, ENGINEERING, TECHNICAL AND LOGISTICAL SUPPORT, REPAIRS, AND DATA OF THE AN/SSX1 SYSTEM TO INCLUDE BUT NOT LIMITED TO THE UYX-4 OR EQUIVALENT PROCESSOR, TUNER CS-5020C OR EQUIVALENT, AS-1200 OR EQUIVLENT ANTENNA - FSC 5865 - NAICS - 334511 Amendment 0002 - This amendment is being issued to correct technical question number 19 below. It should read as follows: At what cost could this SEI and Technology Insertion support be provided? Provide a year by year estimate per system and parts included in the system. Please list all assumptions made in the generation of this rough order of magnitude estimate. This is a Sources Sought announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. There is no formal solicitation at this time. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. This RFI does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement or incurred for participation in the Market Survey will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-Government personnel and entities. Your interest in this response is appreciated. NSWC CRANE is seeking industry comments on solutions for design, development, production and sustainment support for shipboard SEI. Performance Based Lifecycle (PBL) Product Support is the DoD 5000.2 directive that should be considered in this solution. The Navy recognizes the requirement for an additional thirty (30) SEI installations, DMSMS concerns, potential maintainability difficulties, training and usage issues, and Configuration Management (CM) concerns with the Technical Data Package (TDP). The information requested through this Request For Information (RFI) will assist the Federal Government in identifying current proven technologies and approaches to sustainment support for shipboard SEI subsystem deployed with AN/SLQ-32(V)6 Electronic Warfare Countermeasure Set. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (See FAR Part 19) in their capability statement. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor FedBizOpps for additional information pertaining to this requirement. Based on responses to this RFI, the Government may hold a targeted Industry Day. The intent of this RFI is to gather market research from responders who have proven experience in the following areas: • Enterprise Architecture (EA) Support - high level enterprise-wide planning as well as project specific activities. EA support covers the full breadth of Federal EA functions. • Wired Network Support - support to ensure the security and reliability of the Enterprise Information Architecture's (EIA's) wired network. This includes maintenance of the physical network itself, along with recommendations for upgrades as needed; managing network bandwidth in accordance with Departmental specifications and to optimize EIA user needs and accessibility; providing mobile device management of Information Technology (IT) devices on the network; and providing network security to ensure protection of sensitive data and information. • Electronic Record Classification, Storage, and Management - requires its IT Services contractor to comply with concerning the requirements and responsibilities for creating and preserving electronic records and Records Management. • Cybersecurity - performed using Federal directives such as EIA's Program Cybersecurity Plan (PCSP), National Institute of Standards and Technology (NIST) guidelines, and Departmental policies to identify requirements necessary for ensuring the security of sensitive, unclassified information technology assets. SEI equipment will be installed on Navy surface ships. SEI equipment will include, but is not limited to: 1) UYX-4 or equivalent processor 2) TUNER CS-5020C or equivalent Tuner/ microwave receiver 3) AS-1200 or equivalent antenna SEWIP program brings the potential to integrate the SEI functions into the existing Block 2 hardware and software application for all shipboard systems and should be considered in this effort. Current implementation has a specific form factor application to integrate the SEI into AN/SLQ-32(V)6 cabinets' shipboard requiring below deck processing equipment and above deck antenna. For scope and estimating purposes, the Government has attached a specifications and parts list for the existing SEI to this RFI as well as future concepts for development. Responses to this RFI may utilize brand name or equal components that meet specifications to meet the form, fit, and function; for test and integration purposes assume that the configuration of a fielded system will not change for the first two years. The notional timeline required for this AN/SLQ-(V)6 equipment is 3rd Quarter FY19. The goals of the Government's acquisition strategy for the SEI equipment are as follows: • Meet Operational Availability (Ao) requirements at the lowest possible Total Ownership Cost (TOC) • Minimize Diminishing Manufacturing Sources and Material Shortages (DMSMS) risk • Proactively plan for and design Technology Insertion (TI) and Technology Refresh (TR) for fielded systems • Meet supply chain performance requirement to provide parts to ships and land based sites in the time required to meet system Ao requirements • The need for system certifications following maintenance actions should be addressed at minimum in process if not design The Government has a notional plan to execute sustainment support for each fielded system at a fixed price for 5 to 7 years. The fixed price will include supply support and resolution of all DMSMS issues during the Period of Performance (PoP). In addition, under the fixed price effort, the offeror will be incentivized to meet a Mean Requisition Response Time (MRRT) requirement of ≤ 96 hours for each individual Line Replaceable Unit (LRU). This MRRT is required to meet the system Ao requirement. MRRT is defined as the time from receipt of a requisition to the time of receipt of part shipment pick up by a qualified shipper. The Government intends to execute block upgrades for fielded SEI equipment every 8 years - the block upgrade timeline starts with a final system design. Block upgrade design efforts will be cost plus. Block upgrades will include both TR and TI. TR will address DMSMS, while TI will address new performance requirements or correction of design deficiencies. Assume the Government currently owns and will continue to own the unlimited Technical Data Rights for the equipment and future iterations of the advanced processing systems. TECHNICAL QUESTIONS 1. What is the technical approach to providing SEI capability? 2. Are there acceptable tradeoffs to be considered within the specifications provided? 3. What is the Configuration Management process that your organization would recommend for implementing specification compliant or form, fit, and function replacements to resolve DMSMS issues under a fixed price sustainment effort? 4. How would your organization recommend testing the replacements to verify specification compliance and form, fit, function? 5. What would be your organization's recommended payment structure to include progress payments under fixed priced sustainment and cost plus block upgrade efforts? 6. How would your organization maintain and implement all applicable Department of Defense (DoD) Information Systems Security Technical Implication Guides (STIGs) and Checklists during sustainment and block upgrades? 7. How is your organization going to manage 24/7 responsiveness in order to achieve the 96 hour MRRT? 8. How would your organization recommend measuring the requisition response time? What IT system should be used to confirm requisition receipt and shipment? 9. How will your organization provide shipping, handling and delivery of unclassified and classified SEI equipment to CONUS/OCONUS Navy designated ships and/or sites? Please list any restrictions if applicable. 10. What process does your organization recommend for handling Government retention of any defective media from an assembly which has the capability of storing potentially sensitive data? How would your organization incorporate this into the SEI agreement? 11. How would your organization recommend structuring incentives and remedies/penalties around the MRRT requirement that benefit both the Government and the contractor? 12. How would your organization handle potential recapitalization (include configuration checks and typical costs associated with the GFE) of any COTS hardware purchased by the Government that the Government desires to put under a service agreement with the offeror? Describe any benefits to this approach. Additionally, how would your organization incorporate this hardware into your Configuration Management process? 13. Knowing that Government and/or military personnel will be performing maintenance on the fielded SEI equipment, does your organization foresee any restrictions or limitations on your ability to support the SEI equipment at a fixed price? 14. How will your organization execute Technology Insertions (major block upgrades to system) including delivery of a Technical Data Package (TDP) to achieve best value for the Government? 15. How frequently would your organization recommend a major Technology Refresh / Technology Insertion and on what basis would this decision be made? 16. How would your organization handle variability of product sustainment based on frequent changes in a ship's availability for upgrade? 17. What process/method for conclusion of SEI support would your organization recommend? Specifically, what would be the disposition of the service material and time frames for any buy-out or turnover? 18. Given the operational environment for the SEI hardware, how would your organization recommend structuring Government liability given a disaster or loss of the SEI equipment? 19. At what cost could this SEI and Technology Insertion support be provided? Provide a year by year estimate per system and parts included in the system. Please list all assumptions made in the generation of this rough order of magnitude estimate. 20. Does the operational tempo of the SEI hardware impact your pricing structure? If so, how would your organization recommend implementing/measuring operational tempo to ensure best value for the Government? 21. What enables your organization to provide the best support at lowest cost? Interested parties are requested to respond to this RFI as follows: Contractors must be properly registered in the Government's System for Award Management (SAM) and in the Joint Certification Program (JCP) in order to receive the attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Information about the JCP is located at http://www.dlis.dla.mil. Responses using a Microsoft Word for Office 2010 compatible format Section 1 shall provide administrative information, and shall include the following at a minimum: 1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 2. Recommended contracting strategy. 3. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS). "Small business concern" means a concern, including its affiliates that are independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. 4. The facility security clearance of the offeror. The number of pages in Section 1 shall not be included in the 30 page limitation. Section 2 shall provide the information requested in the technical questions of this RFI and shall be limited to 30 pages. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Responses shall be limited to 30 single-sided pages submitted via e-mail only on or before 2 March 2017 to the following Government point of contact (POC): Lynn Masterson-Brinegar, email: lynn.masterson-brine@navy.mil. Questions regarding this announcement shall be submitted in writing via e-mail to the Government POC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNB45/listing.html)
 
Record
SN04422847-W 20170305/170303235242-e42b12b960761e0c777432edc99ebb50 (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.