Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2020 SAM #6803
SOURCES SOUGHT

58 -- FY23-27 SPQ-9B Radar Production

Notice Date
7/13/2020 10:45:09 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-20-R-5528
 
Response Due
8/31/2020 2:00:00 PM
 
Archive Date
01/30/2021
 
Point of Contact
Melissa Ramirez, Phone: 2027811608, Michelle Gu, Phone: 2027814287
 
E-Mail Address
melissa.b.ramirez@navy.mil, michelle.s.gu@navy.mil
(melissa.b.ramirez@navy.mil, michelle.s.gu@navy.mil)
 
Description
Request for Information FY23-27 SPQ-9B Radar Production 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 to meet FY23-27 build-to-print production requirements for AN/SPQ-9B radar systems. Interested firms are encouraged to submit a capability statement. The information obtained will help the Navy assess risks, refine schedules, define impacts, and inform the future acquisition approach to the AN/SPQ-9B Radar program of record. Manufacturing capabilities must support a minimum of six (6) systems per year with the goal of nine (9) systems per year with the first delivery no later than 18 months after award and subsequent deliveries at six (6) week intervals thereafter for the five year period of performance. Manufacturers must have a facility capable of handling and storing classified (up to Secret) hardware, documentation, and test software. Upon request, the Government may provide environmental test facilities for initial environmental qualification testing and subsequent testing as required. 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 BETA.SAM.GOV and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor BETA.SAM.GOV 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 using the Attachment 2 question submittal form. The Attachment 2 questions submittal form shall be submitted 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 The current US Navy capability, known as the AN/SPQ-9B system, is an X-band, pulse-doppler radar system which consists of six main units: antenna/pedestal; processor; radar set controller; transmitter; motor generator; and receiver/exciter. The radar provides the Navy the capability to: Detect and track low-flying, high-speed, small Radar Cross Section (RCS) anti-ship missile targets in heavy clutter environments Conduct surveillance, tracking, and engagement of surface targets Perform periscope detection and discrimination The current capability is an integrated system with interfaces to ship combat system via the Cooperative Engagement Capability (CEC), AEGIS/LAN Interconnect System, MK160 Gun Weapons System (GWS) and Aegis Weapon System (AWS) and has been fielded on over 40 United States Navy ships, United States Coast Guard ships, and a small number of foreign navy vessels. SECTION 4: SUBMISSION OF RESPONSES Responses to this RFI should be submitted by 31 August 2020 17:00 EST via e-mail to Michelle Gu, Contract Specialist, michelle.s.gu@navy.mil, and Steve Wert, steven.wert@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 ten (10) 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. Interested parties should request and review the latest version of the AN/SPQ-9B GFI technical data available and other pertinent documents. However, there is likely to be minor changes prior to award. The technical data provided will include an informational slide package, unclassified specifications, and current drawing configurations at the system and component levels. Considering the technical data, the Navy requests responses to any of the following: Identify whether the response is for a single component or the entire system. Describe your capabilities and experience with assembly and production of complex electronic, mechanical and/or sensor systems and components including any applicable information relating to test processes, subcontractor/vendor management, and manufacturing process controls. Describe how you would approach and manage: AN/SPQ-9B production (i.e., partnerships, key make-or-buy decisions); similar efforts under other ongoing contracts; and available capacity. Describe how you would approach First Article Testing (FAT); to include system qualification for environmental, electromagnetic interference, shock, and vibration requirements without impacting the overall delivery schedule. Identify the critical corporate capabilities and certifications that would aid the design and delivery of the AN/SPQ-9B system. Examples of capabilities and certifications include knowledge of information assurance and antitamper requirements, quality processes, Failure Analysis and Corrective Actions, and International Standards Organizations Certifications. Describe your management approach to ensure the design is procurable throughout the life cycle. Specifically, address approaches for qualifying replacement components, improving life cycle supportability, minimizing commercial-off-the-shelf (COTS) obsolescence issues, and maximizing interchangeability with current and future system configurations. Identify experience with build-to-print type contracts. Address any issues, lessons learned, and recommendations from those experiences. Identify any issues or concerns associated with the technical data provided with respect to the build-to-print approach, assuming the drawing package provided is representative of a final drawing package and format. Identify experiences and address issues, lessons learned, and recommendations related to delivery of system hardware to support hardware/software integration by either the Navy or other contractors. Identify any concerns with the current system specifications and associated documentation as written. Address any requirements that are cost prohibitive or present a high risk based on the proposed schedule and/or performance requirements. Recommend actions to address the concerns by providing alternative requirements or approaches. Address any concerns with the anticipated timeline as presented. Describe why the schedule is or is not feasible based on your proposed approach. 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 SPQ-9B production? 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 Steve Wert at steven.wert@navy.mil with a copy to the Contract Specialist, Michelle Gu, Contract Specialist, michelle.s.gu@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. Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. To aid the Government in its review, please segregate proprietary information by properly marking and clearly identifying any proprietary information or trade secrets contained within the response. 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. Please be advised that all submissions in response to this RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. Government response to submissions will be provided via follow-up electronic posts to BETA.SAM.GOV under this posting. The Government is not obligated to respond to any questions. 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 the Terms of Use Agreement (Attachments 1 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 and completed Terms of Use Agreement shall be submitted via email to the Contract Specialist, michelle.s.gu@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. IMPORTANT: No classified information will be provided in this RFI. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2a5dc336e2b4e929bbd8b5c978d1892/view)
 
Record
SN05719638-F 20200715/200713230153 (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.