Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOURCES SOUGHT

69 -- Battle Force Tactical Training (BFTT) Equipment Suite Hardware Production and Engineering Services

Notice Date
5/13/2020 10:09:57 AM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-20-R-5605
 
Response Due
6/3/2020 2:00:00 PM
 
Archive Date
06/18/2020
 
Point of Contact
Gary Braunstein, Jim Simon
 
E-Mail Address
gary.braunstein@navy.mil, james.simon@navy.mil
(gary.braunstein@navy.mil, james.simon@navy.mil)
 
Description
This is a Request for Information (RFI) as defined in FAR 15.201(e). The Government is requesting information regarding industry�s capabilities and related experience for production and engineering of the Navy�s Total Ship Training Capability (TSTC) systems for FY 2023 through FY 2027. The primary efforts include: Produce, test and deliver AN/T46 Battle Force Tactical Training (BFTT) equipment suite, the Advanced Training Domain (ATD) Training Interface Unit AN/T52, Virtual Tactical Bridge Shipboard Radio (VTB-SR) Equipment, and the Shipboard Student Workstations (SSW). Engineering services to modify the production systems in accordance with Government Furnished Information (GFI) and technical instruction to meet hull specific requirements, which are referred to as Hull Specific Variation (HSV).� Engineering services to update and maintain the GFI Technical Data Packages (TDP) for all systems. All production systems delivered shall pass Government Furnished operational and functional tests, and meet the shipboard requirements as outlined in the Government Furnished technical data package.� The T46D, T52 and SSW are systems that are Shock Grade �B� ruggedized 19� Rack systems, whereas the VTB-SR is ruggedized Shock Grade �A� and Grade �B� 19� Rack mountable equipment. The Government anticipates most of the work to be performed at the contractor�s site. The applicable NAICS code is 334111 - Electronic Computer Manufacturing. For this RFI, the Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office Integrated Warfare Systems (PEO IWS) would like to gauge industry interest and capability in providing production and engineering and for industry to identify barriers to their participation in a future competitive procurement. The Navy estimates that the engineering services required will total less than twenty percent (<20%) of the total proposed cost/price during the period of performance. PEO IWS is interested in the full potential of industry responses, including small businesses. The scope of work requires demonstrated experience with the production, integration, assembly, test, and design. Due to the nature of this requirement, the company will need to demonstrate the required level of technical expertise and the production capability necessary to deliver the fully tested equipment on time to meet shipyard schedules. Interested parties shall address the following in the RFI submission: Company Information Provide company name, address, DUNS number, CAGE code, tax identification number, designated representative name(s) and point of contact, including phone numbers and email addresses. Provide number of employees employed by company, and annual revenue/receipts for the last three (3) completed company fiscal years. Identify contracts within the last five (5) years with similar scope and provide brief overview of company responsibilities. If a small business, identify type of small business (e.g. 8(a), Hubzone, service-disabled veteran-owned, economically disadvantaged women-owned or women-owned). Required Experience and Performance Capability Production of Equipment 2-D and 3-D Computer Aided Design If a contract is awarded, the awardee will be provided all necessary TDPs for T46, T52, VTB-SR and SSW build-to-print production and test. Please provide an overview of your company�s experience and capabilities for producing shipboard equipment, including specific experience in design, configuration specific modification, and testing of equipment using a Government provided TDP. The overview should describe current or past contracts providing the following: 1. ��Production of shipboard installation qualified systems. �Engineering services to modify the production systems to meet ship configuration requirements.� �Development, maintenance and management of TDP. Interested companies must also summarize their USN or DoD contracts and production capacity to support the following activities: Planning and managing all production aspects of the systems defined in the contract, Technical Instruction (TI) and TDP. Implementing and maintaining a Configuration Management (CM) program in accordance with NAVSEAINST 4130.12B. Managing obsolescence to include a Diminishing Manufacturing Sources and Material Shortages (DMSMS) plan and metrics. Integrated Logistics Support (ILS) related technical data, technical publications and supply support analyses such as technical manuals, maintenance procedures/instructions and other documentation. Describe the company�s capabilities and experience in provide engineering services for developing and updating TDPs to periodically address production component obsolescence and system design changes. The Navy is interested in the company�s analytical and documentation process for TDPs. To that end, the company response should address experience with defining, developing and updating: Developmental Design Drawings and Associated Lists Product and Line Replaceable Unit (LRU) Drawings and Associated Lists Hardware Engineering Design Documents and Parts List System, Power and Environmental Requirements Interface Specifications and Requirements Interface Control Drawings Special Inspection Equipment Drawings and Associated Lists Integrated Logistics Support (ILS) and Training Documentation Shock and Vibration Engineering Analysis The Contractor shall also demonstrate throughput and the capability/capacity to handle the physical components of the system, as well as how the facility can support the Government�s required delivery times. The units have not-to exceed delivery dates two hundred seventy (270) days from order execution. Barriers to Competition Please identify any obstacles to competition in the areas of engineering processes, production facilities, test facilities or scope of work that would hinder or restrict the company�s involvement in a future competitive procurement. In addition, the company should recommend solutions or mitigation paths for the Navy to overcome the obstacles. NOTE: RFI responses are limited to 10 pages or less, 1-inch margins, and 10-point Times New Roman font or larger. No facility security clearance is required. The Navy is conducting market research to identify qualified and responsible sources that may be interested in the requirements described in this notice. This RFI is issued for informational and planning purposes only and does not constitute a solicitation or a Request for Quote (RFQ). This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records law only if properly labeled as such. Current contract number: N00024-18-C-5132 Current contractor: Management Services Group, Inc. � � � � � � � � � � � � � � � � � � � � �Global Technical Systems
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0cca0d455b34448aa7fa25247d02f576/view)
 
Place of Performance
Address: Washington Navy Yard, DC, USA
Country: USA
 
Record
SN05656858-F 20200515/200513230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.