DOCUMENT
16 -- eCASS REQUEST FOR INFORMATION - eCASS-RFI-B Attachments
- Notice Date
- 5/15/2008
- Notice Type
- eCASS-RFI-B Attachments
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- eCASS-RFI-B
- Point of Contact
- Marybeth Kacek,, Phone: 732-323-2061, John L Murtagh,, Phone: 732-323-2901
- E-Mail Address
-
marybeth.kacek@navy.mil, john.murtagh@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Request for Information (RFI). THIS IS NOT A REQUEST FOR PROPOSAL. The Naval Air Warfare Center Aircraft Division Lakehurst is seeking sources to develop a replacement system for the existing mainframe Consolidated Automated Support System (CASS) AN/USM-636 (V) test stations with a next generation test station solution, herein referred to as electronic Consolidated Automated Support System (eCASS). General Description: CASS is a common family of Automatic Test Equipment (ATE) for automated avionics/electronics testing at Navy Intermediate Level maintenance and Fleet Readiness Center (FRC) sites both shore-based and afloat. Legacy CASS systems are approaching the end of their useful service life and will be replaced with eCASS. With the replacement of legacy mainframe CASS, reutilization of approximately 1300 existing CASS Test Program Sets (TPSs) is required on eCASS while maintaining or improving fidelity of test, run-times and performance. The offeror will be responsible for any TPS software processes and related tools required for CASS TPS migration to eCASS. The new test station shall have a compatibility mode that will emulate existing CASS station characteristics in order to maintain legacy CASS TPS performance and an eCASS mode that permits taking advantage of the full range of eCASS station capabilities. The program will include delivery of an eCASS TPS developer’s toolset, a CASS to eCASS TPS conversion toolset, and an eCASS to RTCASS conversion toolset. eCASS will consist of two configurations. The first configuration, simply called eCASS, will be designed to assume TPS hosting of all CASS Hybrid, Radio Frequency (RF), High Power (HP), and Communication Navigation Interrogation (CNI) supported TPSs while reutilizing the GFE High Power Device Test Set (HPDTS) and GFE CNI Ancillary Set (CNIAS) assets. The second configuration, called eCASS Electro-Optic (EO), will be a logistically common subset of the eCASS configuration that will be designed to assume TPS hosting of CASS EO TPSs (with only the functionality necessary to execute all associated EO TPSs) while reutilizing the GFE CASS EO console asset. Existing and new CASS ancillary equipment shall be used with the eCASS stations to meet the full range of testing currently performed on all mainframe CASS station configurations. eCASS shall be designed for shipboard and shore-based use, and shall be compliant with the eCASS specification and all other applicable documentation. The Government is defining its acquisition strategy to operationally field eCASS test stations to the warfighter to replace existing mainframe CASS stations starting no later than FY15. A draft RFP is anticipated for issuance on or about 16 June 2008 with a formal RFP to follow on or about 28 July 2008. Anticipated contract award will occur in March 2009. The contract type is anticipated to be Cost Plus Incentive Fee with Fixed Price Incentive options for Low Rate Initial Production (LRIP) I and LRIP II deliveries during the final two years of the System Development and Demonstration (SDD) contract. Based on our current understanding of industry capabilities, a five-year SDD phase is projected to include qualification testing followed by LRIP deliveries. The anticipated quantities for the basic contract will include the efforts to design, test and produce six (6) Engineering Development Models (EDMs) to support Milestone C Decision in April 2012; and eight (8) EDMs to support Full Rate Production Decision in September 2013. Also required are EDM SMAT/CAL ID Kits with Calibration Equipment; two (2) TPS development suites; four (4) CASS Qualification Test OTPS; technical and logistical data; training; and up to 20,000 hours of annual engineering and logistics services to support eCASS. The contract will contain options to provide LRIP quantities of up to five (5) LRIP I systems NLT FY12 and up to nineteen (19) LRIP II systems NLT FY13; a technical data package; LRIP SMAT/CAL ID Kits; LRIP Calibration Kits; LRIP Install Kits; Repair of Repairables (ROR) Services; Spares; LRIP TPS developer suites; an eCASS Qualification Test OTPS, Installation Services; and On-Site Verifications (OSVs). The Navy plans to separately award a follow-on contract, on a sole-source basis, to the successful offeror of this full and open competition, for the remaining production quantities of approximately three hundred forty-four (344) eCASS and eCASS EO stations with quantities ranging from between 50 and 65 per year for six years from FY14 to FY19. Of the 344 systems, it is anticipated that approximately 279 will be the eCASS configuration and approximately 65 will be the eCASS EO configuration. Respondents are requested to provide comments and/or suggestions for consideration, and indicate errors or omissions found on the draft eCASS Specification, Statement of Work (SOW), Contract Data Requirements Lists (CDRLs) and associated attachments. The Government will not share any information received with any other party outside the Government with the exception of those Government Contractor Support Services (CSS) personnel exclusively supporting the eCASS program and bound by Non-Disclosure Agreements on file with the Government. Feedback will not be provided to any offerors and the Government PCO, at his sole discretion, may or may not incorporate suggestions into the final RFP package. Request submittal of written responses to this RFI no later than 13 June 2008. The draft eCASS Specification will be made available to potential respondents of the RFI upon request to Ms. Marybeth Kacek. Due to the eCASS Specification being an Export Controlled document, it is not posted herein and is only available via such written request. All requests for copies of this specification must contain a certified copy of a DD Form 2345, Military Critical Technical Data Agreement. To obtain certification, contact Defense Logistics Information Service at (800) 352-3572 or http://www.dlis.dla.mil/jcp/documents.asp. The certified DD From 2345 shall be sent to Ms. Marybeth Kacek via email at marybeth.kacek@navy.mil or via facsimile to (732) 323-7531 in order to obtain copies of the applicable draft eCASS Specification. Any questions about this RFI should be in writing and sent either by email to marybeth.kacek@navy.milor via letter to the following address: Naval Air Warfare Center Aircraft Division, Contracts Code 2.5.2.1.4MK, Attn: Marybeth Kacek, Highway 547, Building 562-3C, Lakehurst, NJ 08733. Important Information: Unless otherwise stated herein, no additional information is available and no formal RFPs or other solicitations regarding this announcement are available at this time. Requests for these will be disregarded. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in FedBizOpps at http://www.fedbizopps.gov. It is the potential offeror’s responsibility to monitor this site for the release of any information. The point of contact is Ms. Marybeth Kacek, phone (732) 323-2061, facsimile (732) 323-2359, email marybeth.kacek@navy.mil or Mr. John Murtagh, phone (732) 323-2901, facsimile (732) 323-2359, email john.murtagh@navy.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a168042c8783abb670d0327380b84270&tab=core&_cview=1)
- Document(s)
- eCASS-RFI-B Attachments
- File Name: Draft eCASS Statement of Work (eCASS_SOW_08MAY14_Rev2.doc)
- Link: https://www.fbo.gov//utils/view?id=eb020b4fbc4b4a4c26012e1b23322b48
- Bytes: 929.50 Kb
- File Name: Draft SOW Attachment 3 - Test Program Set Compatibility Matrix (TPSCM) (TPSCM ATT3 - 08MAY14.xls)
- Link: https://www.fbo.gov//utils/view?id=8fe5db13611857a0f7ecce1ae9c6aeec
- Bytes: 3,116.00 Kb
- File Name: Draft SOW Attachment 4 - Provisioning Statement of Work (PSOW) (eCASS_PSOW_08APR18_Rev 1.doc)
- Link: https://www.fbo.gov//utils/view?id=c30d7148e8b1b0d0f9f9aabce2bf7d14
- Bytes: 176.00 Kb
- File Name: Draft SOW Attachment 5 - Technical Manual Contract Requirements (TMCR) (ECASS_TMCR_08-001_13MAY08_Rev1a.doc)
- Link: https://www.fbo.gov//utils/view?id=b3ac4ff68f2323e7ccc466cf6275d566
- Bytes: 512.50 Kb
- File Name: Draft SOW Attachment 6 - Technical Data Package (TDP) Contract Requirements (eCASS_TDP_08APR16_Rev 1.doc)
- Link: https://www.fbo.gov//utils/view?id=da765e242029971c13905d1135e8cb7f
- Bytes: 87.50 Kb
- File Name: Draft SOW Attachment 7 - Maintenance Plan (MP) (eCASS_MAPL-SAS_08APR18_Rev 1.doc)
- Link: https://www.fbo.gov//utils/view?id=493ac4ec07c671fb5622029ba292c8a6
- Bytes: 128.00 Kb
- File Name: Draft SOW Attachment 8 - Failure Modes and Effects Criticality Analysis (FMECA) (eCASS_FMECA-SAS_08APR18_Rev 1.doc)
- Link: https://www.fbo.gov//utils/view?id=07faec1c778990f68fc23f6f7fb002af
- Bytes: 236.00 Kb
- File Name: Draft SOW Attachment 9 - Support Equipment Requirements Documentation (SERD) Recommendation Data (eCASS_SERD-SAS_08APR18_Rev 1.doc)
- Link: https://www.fbo.gov//utils/view?id=0fd9f645d6f697f92cf45ea2d50953a8
- Bytes: 175.00 Kb
- File Name: Draft SOW Attachment 10 - Task Narrative (eCASS_TASK NARRATIVE-SAS_08APR18_Rev 1.doc)
- Link: https://www.fbo.gov//utils/view?id=a0aacc2f339e979c6d51552852b21774
- Bytes: 191.50 Kb
- File Name: Draft SOW Attachment 11 - NAVAIR System Engineering Plan NAWCADLKE MISC-481300-0108 (eCASS System Engineering Plan 08MAY14_rev2.doc)
- Link: https://www.fbo.gov//utils/view?id=13162da4fdbe90de9e0d75cbde8c23a8
- Bytes: 1,134.50 Kb
- File Name: Draft SOW Attachment 12 - Packaging, Handling, Storage and Transportation (PHS&T) Plan (PHST Plan_14MAY08_REV1.doc)
- Link: https://www.fbo.gov//utils/view?id=1c8208581fbd6f14c2616fd6b6a9ad5d
- Bytes: 270.00 Kb
- File Name: Draft SOW Attachment 13 - Diminishing Manufacturing Sources and Material Shortages (DMSMS) Plan (eCASS_DMSMS Management Plan_ 08APR17_Rev1.doc)
- Link: https://www.fbo.gov//utils/view?id=cc15dc79224ff3db258cc2ffa6c6f583
- Bytes: 473.50 Kb
- File Name: Draft eCASS Contract Data Requirements List (CDRL) (eCASS_CDRLS - 08MAY15_Rev 1.doc)
- Link: https://www.fbo.gov//utils/view?id=2621f4d0e3c1a941dbfd9566d73ff982
- Bytes: 7,896.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Draft eCASS Statement of Work (eCASS_SOW_08MAY14_Rev2.doc)
- Record
- SN01573957-W 20080517/080515220312-a168042c8783abb670d0327380b84270 (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 |