Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2022 SAM #7397
SOURCES SOUGHT

58 -- N00024-22-R-5510 SEWIP AN/SLQ-32(V)6 Design Agent

Notice Date
2/28/2022 2:56:17 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-22-R-5510
 
Response Due
3/14/2022 1:00:00 PM
 
Archive Date
04/30/2022
 
Point of Contact
Holly Danner, Phone: 2028124988, Michelle Gu, Phone: 2027814287
 
E-Mail Address
holly.r.danner.civ@us.navy.mil, michelle.s.gu.civ@us.navy.mil
(holly.r.danner.civ@us.navy.mil, michelle.s.gu.civ@us.navy.mil)
 
Description
SECTION 1: SYNOPSIS This SOURCES SOUGHT NOTICE is being issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office (PEO) Integrated Warfare Systems (IWS) 2.0 Above Water Sensors Directorate. The Government is conducting market research to determine industry interest and capability, as well as small business interest and capability (as prime contractors only), related to Design Agent engineering services for the Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V)6 system. PEO IWS 2.0 is seeking to identify companies capable of: Engineering Support Services, including engineering efforts to perform analysis and design, document engineering baselines; and modify systems, subsystems, and components for test and evaluation, Hardware Engineering and Modification Software development and Modification, including software and system integration and test, and software maintenance. Installation Support Safety Support Test Support Logistics Product Data Update Configuration Management Support This Sources Sought seeks to identify companies and small businesses with the capability to execute contract requirements at the PRIME CONTRACTOR level ONLY. The information obtained in response to this Sources Sought is intended to increase our understanding of industry interest and capability for SEWIP AN/SLQ-32(V)6 Design Agent engineering support and inform acquisition decisions related to the SEWIP AN/SLQ-32 (V)6 system. SECTION 2: GENERAL INFORMATION This Sources Sought Notice is issued solely for conducting market research in accordance with FAR Part 10 and 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 as a commitment of any kind by the Government. Not responding to this Sources Sought does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via FEDBIZOPPS and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. 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 REVIEW The AN/SLQ-32 Electronic Warfare (EW) system performs the mission of early detection, signal analysis, threat warning and protection from anti-ship missiles. SEWIP is the evolutionary acquisition and incremental development program to upgrade the AN/SLQ-32 EW system in blocks. SEWIP Block 1 provides obsolescence mitigation and special signal intercept, increased processing capability and improved Human System Integration (HSI) to the AN/SLQ-32, as well as two specialized receivers. The SEWIP Block 2 provides Electronic Support (ES) capability improvements which expands upon the architecture of SEWIP Block 1 by providing an upgraded receiver and antenna group, as well as improved Electromagnetic Interference (EMI) mitigation and combat system interface. AN/SLQ-32(V)6, the latest fielded variant of the AN/SLQ-32, incorporates receiver, antenna, and combat system interface upgrades developed under the SEWIP Block 2 ACAT II program and adds the High Gain High Sensitivity (HGHS) adjunct sensor developed under the SEWIP Block 1B3 ACAT II program.� AN/SLQ-32(V)6 also includes the following ancillary equipment: the Specific Emitter Identification (SEI) adjunct sensor, the AN/SLA-10D blanker, and the Liquid Conditioning Unit (LCU).� AN/SLQ-32C(V)6, also known as SEWIP Lite, is a scaled variant of the AN/SLQ-32(V)6 that provides early detection, signal analysis, threat warning and protection from anti-ship missiles for smaller ship classes. SECTION 4: SUBMISSION OF RESPONSES: NAVSEA will accept ONLY electronic unclassified submission of responses. The due date for responses is 04:00 p.m. Eastern time on XX March 2022 to Holly Danner at holly.r.danner.civ@us.navy.mil and Michelle Gu at michelle.s.gu.civ@us.navy.mil with the subject line ""SEWIP AN/SLQ-32(V)6 DA Sources Sought Response to N00024-22-R-5510"". SECTION 4.1: CONTENT Companies responding to this Sources Sought Notice shall provide a capability statement not to exceed ten (10) pages. Responses shall be in electronic format with 12 pt. font. A cover page, company profile, and list of abbreviations and acronyms for the response shall be included and will not be subject to the page count.� A detailed proposal is not requested.� Responses should indicate sufficient detail for assessment of company interest and capability; submissions should be organized as follows: Cover Sheet: Sources Sought number and name, address, company, CAGE code, company size (including small business status if applicable), facility clearance level, and point(s) of contact (name, title, email address, telephone number) List of abbreviations and acronyms General response information 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: Describe your capabilities and experience with Electronic Surveillance design, development, and transition to 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 any experience related to development of Electronic Protection (EP) methods or techniques used to combat Electronic Attack threats. Describe how you would approach (i.e., partnerships, in house, subcontracting, vendors) and manage updates to the AN/SLQ-32(V)6 baseline and Technical Data Package; similar efforts under other ongoing contracts; and availability of personnel to support CONUS efforts. Describe how you would approach qualification testing of new software and hardware designs; to include system qualification for environmental, electromagnetic interference, shock, and vibration requirements. Identify the critical corporate capabilities and certifications that would aid the design and delivery of updates to the AN/SLQ-32(V)6 �system. Examples of capabilities and certifications include knowledge of information assurance and anti-tamper requirements, quality processes, Failure Analysis and Corrective Actions, Risk Management Framework process and International Standards Organizations Certifications. Describe your management approach to ensure the design is procurable throughout the life cycle. 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 engineering services type contracts. Address any issues, lessons learned and recommendations from those experiences. Identify any issues or concerns associated with the technical data provided. Identify experiences and address issues, lessons learned, and recommendations related to delivery of prototype hardware to support hardware/software integration by either the Navy or other contractors. Recommend approach used to test components after prototype updates occur. 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 obsolescence and/or poor reliability. Recommend actions to address the concerns by providing alternative requirements or approaches. 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 Sources Sought will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2: CLASSIFICATION All materials submitted in response to this sources sought should be UNCLASSIFIED If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact John Boudreaux at john.j.boudreaux.civ@us.navy.mil with a copy to the Contracting Officer, Holly Danner at holly.r.danner.civ@us.navy.mil and the Contract Specialist Michelle Gu at michelle.s.gu.civ@us.navy.mil. SECTION 4.3: FORMATTING NAVSEA will accept ONLY electronic unclassified submission of responses. Respondents to this sources sought 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 2016 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2016 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 or embedded within other files. 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 sources sought will be safeguarded and handled in accordance with applicable Government regulations. Please be advised that all submissions in response to this sources sought will not be returned. Not responding to this sources sought 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 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 BOTH Terms of Use Agreements (Attachments 1A and 1B of this Sources Sought).�� 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 Contracting Officer, Holly Danner at holly.r.danner.civ@us.navy.mil and the Contract Specialist Michelle Gu at michelle.s.gu.civ@us.navy.mil. Upon receipt, verification of facility clearance, and approval of the GFI request, the GFI will be provided.� For the purposes of this initial Sources Sought, only the unclassified information will be released.� Any classified information will be released at a further time. IMPORTANT: There will be classified attachments at the SECRET/U.S. only level included as part of any future solicitation.� Each company must be able to receive classified documents up to the SECRET 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d037e4f025e8457dad7b1cee42ea5b5f/view)
 
Record
SN06253002-F 20220302/220228230103 (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.