SOLICITATION NOTICE
R -- Consolidated Afloat Networks and Enterprise Services (CANES) Baseline Analysis of Alternatives Services (BAAS)
- Notice Date
- 9/27/2017
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- N00039-17-R-0038
- Response Due
- 11/30/2017
- Archive Date
- 12/30/2017
- Point of Contact
- Point of Contact - Cindy J Ledesma, Contract Specialist, 619-553-9311; Karen Rainville, Contracting Officer, 858-537-0423
- E-Mail Address
-
Contract Specialist
(cindy.ledesma@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), has released draft Request for Proposal (RFP) number N00039-17-R-0038 for the procurement of the Consolidated Afloat Networks and Enterprise Services (CANES) Baseline Analysis of Alternatives Services (BAAS). The CANES program is the Navy's only Program of Record (POR) to consolidate existing and standalone afloat Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) networks and provides the necessary infrastructure for applications, systems and services to operate in the tactical domain. CANES is the programmatic, technical, and infrastructure consolidation of existing, separately managed afloat networks including Integrated Shipboard Network System (ISNS), Combined Enterprise Regional Information Exchange System Maritime (CENTRIXS-M), Sensitive Compartmented Information (SCI) Networks and Submarine Local Area Network (SubLAN). CANES BAAS will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the purpose of providing engineering and technical support with respect to the CANES baseline to include new design efforts, market research, component-level Analysis of Alternatives (AoA) and recommendations, component and subsystem procurement, technical documentation updates and integration testing and delivery of components to be incorporated into the CANES baseline. The contractor will be responsible for reviewing the CANES component level specifications provided as Government Furnished Information (GFI) and conducting market research and AoA for recommending hardware and software replacement components that are form, fit, and functionally interchangeable with the CANES Production Baseline (PBL) to address Security, EOL and EOS issues. In addition, the contractor shall be responsible for market research, AoA, design and product selection and testing for emergent engineering issues or future upgrades to the CANES baseline, to include both hardware and software. Objectives for the CANES baseline AoA services include: market research to ensure state- of-the-art technologies are explored as potential updates to EOL/EOS components; market research to ensure potential impacts related to configuration changes are minimal within specified timeframes; AoAs justifying product selections that provide information of sufficient depth and complexity to support successful integration into the baseline and a product delivered in such a manner that the Government may integrate them into the CANES Baseline, e.g., the (i) CANES Configuration Item Configuration Document (CICD), (ii) Production/Installation/Sustainment software media (source code, executables, scripts) and configuration management documentation, and (iii) the IETM. The CANES BAAS procurement will be conducted under full and open competition. The Government anticipates a single award indefinite delivery / indefinite quantity (IDIQ) contract with a five (5) year ordering period. The contract will include firm fixed price (FFP) CLINs for CANES BAAS based upon component level AoA complexity. The contract will also include cost plus fixed fee (CPFF) CLINs for CANES BAAS system / sub-system level and engineering support services. This notice is provided for information only; it is not a Request for Proposal and is not be to be construed as a commitment by the Government to issue a contract. The Government will not pay for any effort expended in response to this notice. All questions/comments are to be submitted in writing to the Contract Specialist, Cindy Ledesma, email address at cindy.ledesma@navy.mil and Contracting Officer, Karen Rainville, email address at karen.rainville@navy.mil. Future information, if released, will be synopsized on the Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov/ and SPAWAR E-Commerce Central website at https://e-commerce.sscno.nmci.navy.mil/. Interested parties are responsible for monitoring these sites for additional information pertaining to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-17-R-0038/listing.html)
- Record
- SN04697164-W 20170929/170927232342-1b31a051cc4c314397a90c11848ae807 (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 |