SOURCES SOUGHT
58 -- FY21-25 AN/SPY-6 Radar Hardware Production - RFI Attachments
- Notice Date
- 9/17/2018
- 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
- N00024-20-R-5500
- Point of Contact
- Melissa B. Ramirez, Phone: 2027811608, Justin L. Bennett, Phone: 2027814312
- E-Mail Address
-
melissa.b.ramirez@navy.mil, justin.l.bennett2@navy.mil
(melissa.b.ramirez@navy.mil, justin.l.bennett2@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 4 Attachment 3 Attachment 2 Attachment 1B Attachment 1A SECTION 1: SYNOPSIS This is a Request for Information (RFI) issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Integrated Warfare Systems Above Water Sensors directorate (PEO IWS 2.0). The Government is conducting market research seeking industry inputs and interest for hardware production of AN/SPY-6 radar variants. This includes the Air and Missile Defense Radar (AMDR) (AN/SPY-6(V)1) for DDG-51 FLT III, the AMDR Backfit radar for DDG-51 FLT IIA (designation to be determined), the Enterprise Air Surveillance Radar (EASR) Rotator (AN/SPY-6(V)2), and the EASR Fixed Face (designation to be determined). For convenience, the term "SPY-6" is used in this RFI to refer to all noted radar variants. The Government's planned procurement strategy is to award two contracts: a Leader and a Challenger. The Government intends to award a higher proportion of work to the Leader, exact proportion to be determined. The Challenger would be awarded a smaller proportion of work. The Leader would also retain responsibility and scope for maintaining the hardware TDP and hardware maintenance for fielded SPY-6 units. Notional award date for the FY21-25 production contract is Q3FY21. The contract type will be fixed-price type. SPY-6 radars are built upon common hardware line replaceable units (LRUs) using modular, open system principles. The basis for production of SPY-6 hardware is contained in the Technical Data Package (TDP), portions of which will be provided as Government Furnished Information (GFI) under this RFI. It is NAVSEA's intent to procure Build-to-Print (BTP) SPY-6 hardware under a new competitively awarded contract in FY21. The term Build-to-Print in this context means producing to the exact specifications, drawings, and design contained within the TDP, with modifications allowed only for the purposes of addressing obsolescence, non-compliances with the system specifications (A-Specifications), and reducing life-cycle cost of all SPY-6 radars. Software development, software and system integration and test, and software maintenance will be separately competed and are not intended as a topic of this RFI. The information obtained in response to this RFI is intended to increase our understanding of industry interest and capability for SPY-6 production and inform acquisition decisions related to SPY-6 programs. SECTION 2: GENERAL INFORMATION Pursuant to FAR 52.215-3 this RFI is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This does NOT constitute a Request for Proposal. 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 Federal Business Opportunities (FBO) 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. 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 A brief overview of the SPY-6 variant mission requirements and array configuration is provided as follows: 1. AMDR (AN/SPY-6(V)1) is designed to meet mission performance and size, weight, and power - cooling (SWAP-C) requirements of the DDG-51 FLT III ships with AEGIS Baseline 10 (BL 10) combat system. The AMDR S-Band Radar will provide volume search, tracking, Ballistic Missile Defense (BMD) discrimination, and missile communications in a wide diversity of environments and conditions. This variant includes 37 Radar Modular Assemblies (RMAs) per array, each which contain independent transmit and receive LRUs and provide SPY +16 dB minimum sensitivity. There are 4 arrays per shipset. 2. AMDR Backfit (designation to be determined) is designed to meet mission performance and SWAP-C requirements of the DDG-51 FLT IIA ships with a variant of AEGIS Baseline 10 (BL 10) combat system, to be defined. The AMDR Backfit Radar will provide volume search, tracking, Ballistic Missile Defense (BMD) discrimination, and missile communications in a wide diversity of environments and conditions. This variant includes 24 RMAs per array x 4 arrays per shipset. 3. EASR Rotator (AN/SPY-6(V)2) is designed to meet mission performance and SWAP-C requirements of the Landing Helicopter Assault (LHA 8+) hulls, Landing Platform/Dock (LPD 29+) hulls, and backfit onto CVN (Nimitz) and Landing Helicopter Docking (LHD) hulls. This variant includes a single array on a rotating platform with 9 RMAs. 4. EASR Fixed Face (designation to be determined) is designed to meet mission performance and size, weight, and power - cooling (SWAP-C) requirements of CVN (Ford) class carriers and Future Frigate (FFG(X)). This variant includes 9 RMAs per array and there are 3 arrays per shipset. For context, the notional procurement and delivery schedules for all FY21-25 SPY-6 shipsets (combined Leader and Challenger requirements), and the current SPY-6 contract planned shipset delivery dates are provided under Attachment 4 of this RFI. The Government is interested in procuring SPY-6 radars from companies that have the following attributes: Have past experience manufacturing complex radar systems, RF electronics, digital communications networks, x86 processing nodes, high-voltage power distribution and conditioning systems, high capacity cooling units, and array structures. Have demonstrated the ability to produce hardware units according to detailed technical data package materials provided to them. Experience teaming with industry partners for subsystem development. Experience cooperating with other prime industry partners integrating complex systems. Experience maintaining fielded DoD or Military hardware systems. SECTION 4: SUBMISSION OF RESPONSES Responses to this RFI should be submitted by 19 October 2018 17:00 EST via e-mail to LCDR Justin Bennett, Contract Specialist, Justin.L.Bennett3@navy.mil, and Rachel Ward, rachel.ward@navy.mil, with a copy to the Contracting Officer, Ms. Melissa Ramirez, melissa.b.ramirez@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 •­ Table of Contents : Include a 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: Does your organization have any feedback on the feasibility of the Government's plan to procure BTP SPY-6 hardware? Are there any areas of ambiguity that need to be clarified for the definition of BTP? Are there other specific concerns related to procuring BTP that should be taken into consideration? Do you have past experience procuring/producing BTP hardware? If so, are there any lessons learned that the Government should incorporate into the contracting strategy? What additional data beyond the GFI provided as part of this RFI, if any, is necessary to successfully procure, produce, integrate, and repair SPY-6 hardware? What manufacturing facilities does your organization have and what product lines have been developed in these facilities in the past? What experience does your organization have in producing and testing similar quantities listed in Section 3 of this RFI for hardware? Does your organization currently utilize any manufacturing automation or robotics? Would your organization primarily be interested in competing for the Leader role or the Challenger role? Why? What capital investments/improvements does your organization already have planned for manufacturing facilities? How would preparing for this competition change those plans? How would being awarded a contract change those plans? What flexibility does your organization have in production processes to adjust/adapt to increasing/decreasing number of production units? What near-field range (NFR) facilities does your organization own or have access to? Which RF surface mount technology (SMT) circuit card assembly facilities does your organization own or have access to? How much production capacity is available to support projected demand? If needed, what approach would your organization take for increasing capacity? What is your organization's experience with non-hermetic Monolithic Microwave Integrated Circuit (MMIC) processing and assembly? Are you considering establishing service/teaming agreements with additional vendors as the Leader/Challenger? If you are teaming, how would your organization manage subcontractors/teammates to ensure that the performance requirements are flowed correctly and met? How would your organization optimize hardware production, emergent hardware production, and repair of failed hardware? What would your organization recommend for production lead times to delivery of a system to a shipyard or land-based facility for each of the SPY-6 variants and why? Would the delivery date Months After Option Exercise (MAOE) decrease based on a learning curve over time? Would Delivery Date MAOE adjust based on the number of units, potentially similar and different variants, being exercised at the same time? Would your organization recommend procuring shipsets in a bundle or individual based on the needed Delivery Date? If recommendation is as a bundle of systems, what is your recommendation for structuring the bundle so that it can adapt to the appropriate number of systems ? What would your organization recommend as necessary First Article Qualification Test (FAQT) and Environmental Qualification Testing (EQT) for each of the production SPY-6 variants and why? What would your organization recommend for an approach for sustainment support and corrective maintenance of fielded hardware across the SPY-6 variants? Explain your organizations processes for Failure Reporting and Corrective Action System (FRACAS) and how it relates to implementation of cost reduction initiatives and readiness improvements? What data/reporting/tracking metrics would you recommend and how could the Government utilize performance incentives? What support equipment and/or test assets would your organization utilize to support hardware production, quality assessments, maintenance, and repair? If support equipment and/or test assets are required, would existing Contractor assets be available? If not, what would be your approach be to obtain the equipment? 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? What performance incentive structure and growth would your organization recommend and why? Is there any additional information or input you would like to provide as it relates to SPY-6 hardware production and the Government's associated acquisition strategy, as outlined under this RFI? 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 Rachel Ward at Rachel.ward@navy.mil with a copy to the Contract Specialist, LCDR Justin Bennett, Contract Specialist, justin.l.bennett3@navy.mil, and Contracting Officer, Melissa Ramirez, melissa.b.ramirez@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 TDP documentation, 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 BOTH Terms of Use Agreements (Attachments 1A and 1B of this RFI) and the Classified Material Request form (Attachment 2 of this RFI). Companies should assert in their requests that they have a Defense Security Service (DSS) issued SECRET facility clearance, providing for SECRET personnel clearances and SECRET safeguarding capability. The DD Form 2345, completed Terms of Use Agreement, and classified material request form shall be submitted via email to the Contract Specialist, justin.l.bennett3@navy.mil, and to the Contracting Officer, Melissa.b.ramirez@navy.mil. Upon receipt, verification of facility clearance, and approval of the GFI request, the GFI will be provided. LCDR Justin Bennett, Contract Specialist, justin.l.bennett3@navy.mil, and Rachel Ward, rachel.ward@navy.mil, with a copy to the Contracting Officer, Ms. Melissa Ramirez, melissa.b.ramirez@navy.mil. IMPORTANT: For purposes of this RFI, each company must be able to receive classified documents up to the SECRET level. However, there will be classified attachments at the TOP SECRET/SCI/U.S. only level included as part of any future solicitation. Therefore, prime contractors interested in bidding under any subsequent solicitation must be able to receive classified documents up to the TOP SECRET/SCI level and must be a United States (U.S.) company or an independent U.S. subsidiary. The Navy will consider foreign contractors acting as subcontractors to U.S. prime contractors. The export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations (ITAR) and requires the issuance of an export license by the U.S. Department of State. 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. INDUSTRY DAY NAVSEA is hosting an Industry Day to discuss the U.S. Navy's requirements for FY21-25 AN/SPY-6 hardware production. The objective of this Industry Day is to share details with interested Contractors on the Navy's plans to procure SPY-6 hardware. Industry Day will be held 15 November 2018 at 1300 EST: Engility Corporation 80 M Street SE, Suite 500 Anacostia Conference Room Washington, DC 20003 Contractors interested in attending this event should contact Melissa Ramirez via email (Melissa.b.ramirez@navy.mil) no later than 1200 EST on 9 November 2018. Please include the following information: Subject line: "N00024-20-R-5500 AN/SPY-6 Production Industry Day," company name, attendees' names, email addresses, phone numbers, and company address in the email response. JPAS visit requests are required. JPAS information will be provided by the Contracting Officer upon confirmation/approval of registration for Industry Day. This briefing will be UNCLASSIFIED. Each Contractor is limited to three (3) participants to attend the briefing. An attendee list consisting of name, company, email address and phone number will be provided to all attendees after Industry Day is completed. No audio/visual recording devices of any kind are permitted. Agenda: 1300 - 1315 Check-in 1315 - 1330 Ground rules/Agenda 1330 - 1430 SPY-6 Program Brief 1430 - 1530 Questions and Answers 1530 - 1600 Wrap-up Note: Times listed above are notional and may be changed, if necessary. All unclassified questions must be submitted in writing either via email or on a notecard that will be provided by the Government at Industry Day. All unclassified questions that are submitted via email must be submitted using Attachment 3, Question Submittal Form, with the subject line: "AN/SPY-6 Production Industry Day Question" to Melissa Ramirez (Melissa.b.ramirez@navy.mil). The Navy intends to post a sanitized version - removing any indication of the company that submitted the question, as well as any company proprietary information - of all questions and answers resulting from the Industry Day and/or the GFI provided under this notice. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. NAVSEA does not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee costs in response to this notice are not considered an allowable direct charge to the Government. The Government anticipates high interest for this event. Onsite registrations will NOT be accepted. Media is not authorized to attend this event. Space is limited and will be limited to 3 people or less from the same organization. Your registration must be approved to attend. Final notification for approval to attend this event will be made no later than the close of business on 13 November 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-20-R-5500/listing.html)
- Record
- SN05092660-W 20180919/180917231323-99a249113a997b3d645ad349f005e3fb (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 |