Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2018 FBO #5903
SOURCES SOUGHT

58 -- AIR AND MISSILE DEFENSE RADAR (AMDR) COMMERCIAL OFF-THE-SHELF (COTS) ADVANCED PROCESSING SYSTEMS (APS) - RFI Attachments

Notice Date
1/19/2018
 
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
N00024-18-R-5309
 
Archive Date
1/19/2019
 
Point of Contact
Megan Ann Einhart, Phone: 2027813595, Kate A. Robb, Phone: (202) 781-2445
 
E-Mail Address
Megan.Einhart@navy.mil, kate.robb@navy.mil
(Megan.Einhart@navy.mil, kate.robb@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 - AMDR COTS APS Terms of Use Agreement Attachment 2 - DRAFT SOW for APS Attachment 1 – Section 3: Requirements Overview REQUEST FOR INFORMATION BY THE NAVAL SEA SYSTEMS COMMAND (NAVSEA) SECTION 1: DESCRIPTION The Naval Sea System Command (NAVSEA) is hereby issuing a Request for Information (RFI) on behalf of the Program Executive Office Integrated Warfare Systems Above Water Sensors directorate (PEO IWS 2.0). The Navy is conducting market research seeking information from all potential sources who may be interested in supplying the x86-based 64-bit information processing hardware for the AN/SPY-6(V) Advanced Radars, which include the Air & Missile Defense Radar (AMDR) and other future radar programs. The Navy is seeking input on potential performance based support strategies for Commercial Off-the-Shelf (COTS) components of the Advanced Processing Systems (APS) that meet the requirements listed below. For purposes of this request only, the Navy is contemplating acquiring x86 information processing parts to support multiple AN/SPY-6(V) test and production systems. As a basis for the response to this request, it should be assumed that the support for the first systems will occur in Government Fiscal Year (FY) 2019. SECTION 2: GENERAL INFORMATION Pursuant to FAR 52.215-3 this is a Request for Information (RFI) notice only. This RFI is for planning purposes and is issued solely for conducting market research in accordance with FAR Part 10. The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. Not responding to this RFI does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via the Federal Business Opportunities (FBO) website and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor FBO for additional information pertaining to this requirement. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. PEO IWS 2.0 representatives may or may not choose to meet with RFI respondents. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist and Contracting Officer's email addresses. Verbal questions will not be accepted. Questions shall not contain classified information. SECTION 3: REQUIREMENTS OVERVIEW Please see Attachment 1 of this RFI for the detailed requirements overview. SECTION 4: SUBMISSION OF RESPONSES Responses to this RFI should be submitted by the closing date and time via e-mail to Megan Einhart, Contract Specialist, megan.einhart@navy.mil, and Ashlin Lantz, Ashlin.lantz@navy.mil, with a copy to the Contracting Officer, Ms. Kate Robb, kate.robb@navy.mil. SECTION 4.1: CONTENT Companies responding to this RFI should provide a response not to exceed thirty (30) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested. Responses should indicate sufficient detail for assessment of potential contracting strategies and company interest; submissions should be organized as follows: - Cover Sheet - RFI number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date - Company Profile - Include the following information: o Company Name o Company Address o Commercial and Government Entity (CAGE) Code o Point of Contact o E-mail Address o Website address o Telephone Number o Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) o Please advise if you would like to be publicly disclosed as an interested party through this FBO notice in an effort to foster industry teaming possibilities. - Table of Contents, with list of figures and tables with page numbers - General response information - List of Abbreviations and Acronyms Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. Responses should, at a minimum, address the following questions: 1. Does your organization have any feedback on the feasibility of the Government's notional acquisition strategy (e.g., contract type, incentive structure)? Are there any areas of ambiguity that need to be clarified? 2. Does your organization have any proposed changes or clarifications to Attachment 2: DRAFT SOW? 3. Does your organization have any proposed changes or clarifications to Table 1: Notional Task Orders and Period of Performances? 4. Is MRRT a meaningful incentive, given the notional requirements? Are there other areas that you would recommend incentivizing? 5. Does your organization have any recommended changes or clarifications to Table 2: Notional Incentives? 6. What performance incentive structure and growth would your organization recommend and why? 7. If the Government pursues an IDIQ type contract, what award type would your organization recommend and why; multiple award or single award? 8. What contract cost type would your organization recommend and why; cost reimbursable with incentives, fixed price with incentives, etc.? 9. What would be your organization's recommended payment structure? 10. Would your organization be the sole support provider or would your organization obtain service/teaming agreements with additional vendors? 11. If you are teaming, how would your organization manage subcontractors/teammates to ensure that the performance requirements are flowed down and met? 12. What is your capability for supporting the APS x86-based-64 bit information processing equipment via a fixed price service agreement for a periodicity of up to 60 months? 13. Is a specified Requisition Response Time (RRT) of 96 hours achievable? 14. Does your organization have the ability to respond to a requisition quicker than the RRT of 96 hours on a case by case basis? 15. How would your organization recommend structuring the ability for expedited support on a case-by-case basis? 16. In order for a site to receive a replacement part, does all failed classified hardware have to be returned or can the Government dispose of it in accordance with their policy and procedures? 17. How would your organization manage the return of a failed asset? Would the appropriate shipping material including labels be provided? 18. Does your organization have the ability to support a Failure Reporting, Analysis, and Corrective Action System (FRACAS) to track and report on failure history and the associated corrective actions, Root Cause, Fault Finding, Trend analysis, and Repair Cost for each LRU? 19. How would your organization recommend measuring and tracking the RRT, MRRT for each LRU and at the aggregate level? What IT system should be used to confirm requisition receipt and shipment? 20. How would your organization recommend measuring and tracking the shipping time from the time the part was picked up to the time when the part is delivered? What IT system should be used to confirm shipment and receipt? 21. Does your organization have the ability for the Government to procure additional parts on a Provisioned Items Order (PIO) for the use of spares outside the requisition response service agreement? 22. Are there any cost/pricing considerations you would like to bring to the Government's attention? Do you have any recommendations on the structure of the requirements or the overall contracting strategy that would reduce the total price? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses. The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2: CLASSIFICATION All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Ashlin Lantz at Ashlin.lantz@navy.mil with a copy to the Contract Specialist, Megan Einhart, at Megan.einhart@navy.mil, and Contracting Officer, Kate Robb, at kate.robb@navy.mil. SECTION 4.3: FORMATTING NAVSEA will accept ONLY electronic unclassified submission of responses. Respondents to this RFI must adhere to the following details: ­ Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. ­ Paper should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. ­ Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format. ­ Submitted electronic files should be limited to the following extensions:.docx Microsoft Word.xlsx Microsoft Excel.pptx Microsoft PowerPoint.pdf Adobe Acrobat.mmpx Microsoft Project Submitted electronic files should not be compressed. SECTION 5: REQUESTING GOVERNMENT FURNISHED INFORMATION (GFI) To obtain the APS COTS parts list for AN/SPY-6(V)1, interested companies shall provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement verifying eligibility and authority to receive export-controlled information. In addition, interested companies must complete the Terms of Use Agreement (Attachment 3 of this RFI). The DD Form 2345 and completed Terms of Use Agreement shall be submitted via email to the Contract Specialist, megan.einhart@navy.mil, and to the Contracting Officer, kate.robb@navy.mil. Upon receipt and approval, the APS COTS parts list for AN/SPY-6(V)1 will be provided. Please make the request as soon as practicable as it may take several days for the Government to review and approve access to the documents. Upon receipt and approval, the APS COTS parts list for AN/SPY-6(V)1 will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-5309/listing.html)
 
Record
SN04794287-W 20180121/180119230747-5d60a1bf3a1ef1c914b96e9557a77579 (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.