Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2013 FBO #4387
MODIFICATION

99 -- Response to Questions from Industry Day

Notice Date
11/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00024 Naval Sea Systems Command, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002413R6267
 
Point of Contact
John Lee, Phone: 7036045870
 
E-Mail Address
john.lee7@navy.mil
(john.lee7@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Industry Day Questions 12/11/2012 1) Will the RFP specify an integration facility (location, size, capabilities)? If so, at what point in the contract does the government anticipate requiring the Offeror to have the facility up and running? Answer: As this is an integration contract, an integration facility is a requirement. Specifics of the facility will be proposed in Offerors’ proposals. This facility will be required to be up and running in time to meet development, integration and certification of software and hardware in order to meet the Fleet installation schedule. 2) Will OMS signal processing and display be performed in CAC hardware? Answer: OMS boundaries are defined as the physical input to the analog telemetry acquisition units, ships’ cabling, and current hardware footprints. OMS software is intended to be reconfigurable and can run in multiple AN/BQQ-10 cabinets, including the CAC. The processed information will be displayed on the ECDWS, the Engine Room Display (ERD) and the Dive Officer of the Watch (DOOW) display. 3) When will the Technical Information Center (TIC) in Newport be open? Answer: There will be separate TICs for each of the three contracts. Access to each TIC will be made available when the applicable draft RFP is released. 4) Slide 18 shows a TBD integrator on lower right and a central box labeled Sonar Integration. Can you allocate proposed contracts to these two integration roles? Answer: Please note the label on the left side of the slide, “TBD Industry Partners.†Because these procurements are competitive, the Navy cannot name successful Offeror’s without having conducted the competition. The “TBD Integrator†will be the winner of the A-RCI Integration competitive procurement. This Offeror will be responsible for the software development of the strings identified (SA, HFP, etc.) as well as ensuring test and certification of the entire ARCI system. Many other partners contribute hardware and software to this effort, as indicated by the arrows pointing to the Sonar Integration box. It is the responsibility of the “TBD integrator†to work with all of those partners to develop and certify the full system. 5) The OMS contract covers OMS Production and data signal processing development. Of OMS hardware components, sensors, telemetry, processing and display hardware, what all will be delivered under the OMS contract? Answer: This will be defined in the OMS specification. Offerors have the opportunity to propose a new, innovative telemetry scheme. OMS will be displayed on the ECDWS (display hardware is NOT the responsibility of the OMS Offeror), the ERD and the DOOW (both of which ARE the responsibility of the Offeror). Other hardware components and sensors can remain the same or be modified or replaced as indicated by the Offerors’ proposals. 6) Since TI-16 and APB-15 are undefined how will Offerors scope and cost the effort? Will the government specify labor categories and hours in the RFP? Answer: Although TI-16 and APB-15 are undefined, the Offeror should be able to scope and cost the effort based on the current available technical GFI (located in the TIC), the Offeror’s experience, and their expertise. The Offeror shall propose a labor mix based on the skill levels and hours they believe will be required to satisfy the RFP requirements. 7) What are the relevant NAICS codes for each of the procurements? Answer: ARCI, CAC and OMS – NAICS code is 334511 8) For CAC, what are the relevant MIL-Standard requirements for the cabinet (MIL-SPEC-A…Mission Critical)? Answer: The CAC enclosure will be provided as GFE. It will be a Grade B cabinet and requirements will be provided in the Performance Specification in the TIC. 9) For CAC, what is the expected value of the contract? Answer: Anticipated maximum value of the CAC contract will be $50 million. 10) For CAC, what are the expected production numbers per year? Answer: Will be provided with draft RFP. 11) For CAC, if there is a current incumbent, who is it? Answer: The CAC is the replacement cabinet for the Multi-Purpose Processor (MPP). GD-AIS is the incumbent on the MPP design. 12) What are your expected Navy Budgets for each of the three procurements over the contract durations? This information will assist Industry in performing the necessary ROI determinations prior to making any Bid decision. Answer: Estimated maximum values of the contracts are as follow: ARCI – $1.9 billion CAC – $50 million OMS – $50 million 13) Is an Oral Presentation part of all three competitions? Answer: Yes. 14) Will OMS and CAC also require ORAL Presentations? Answer: Yes. 15) Will the CAC be considered as a replacement candidate for any of the other acoustic cabinets? Answer: Offerors are welcome to propose any innovations thought beneficial to the Navy. 16) Since both CAC and OMS are based on legacy SBIR designs, what level of technical data will be provided to competitors for their successors? Answer: Successful Offerors will deliver based on the Performance Specification provided for review in the TIC. Source technical materials such as the IETM will be provided as GFI. 17) Is the Diving Officer of the Watch display part of the CAC or OMS? Answer: The DOOW display is part of the OMS contract. 18) Technology Insertion (TI) Working Groups are currently making decisions and performing Analysis that will determine the TI-14 Hardware configurations. Since the TI-16 and TI-18 hardware configurations will be derivatives of the TI-14 design, may potential bidders participate in these working groups or be provided their meeting notes and design decisions in order to prepare their proposals in response to the RFP’s? Answer: The Navy is looking at allowing prospective bidders to observe in the TI Working Groups. However, a final decision on this has not been determined at this time. A further response will be provided when a determination has been reached. 19) Are the string development responsibilities for SA/HFP/LCCA/LWWAA part of the A-RCI Integrators responsibilities, or will they be GFE/GFI to the successful bidder for the Integrator’s role? Answer: See answer to Question #4. 20) Why has the government made the CAC a Small Business Set Aside? Answer: As per the FAR, a decision was made to set aside this contract for small business. See Subpart 19.502-2(b). 21) What is the IWS-5 involvement with OMS software? Will an initial build of OMS software be provided to the OMS contractor? Answer: There will be limited involvement with IWS-5A. OMS software will not be provided to the OMS contractor; it will be the contractor’s responsibility to develop and deliver this. 22) If new Towed Array sensors become available that change the way the array is processed, will it be introduced on the TI schedule or the APB schedule? Answer: Array processing changes could be either software or hardware dependent on the scope of the change. Introduction of new sensor technology will be coordinated through the PMS401 program office. 23) What are the numbers in parentheses on slide 20? Answer: These are the Unit Numbers of each of the current ARCI cabinets. 24) How do capability shortfalls that require a hardware solution feed into the TI process? For example, if the fleet determined that sonar displays would be more effective if presented in a stereoscopic or 3D cube (Voxel) display hardware, how would the A-RCI developmental process implement both the TI to provide the new displays as well as the APB software needed to use the new hardware? Answer: Capability shortfalls are identified by the Submarine Tactical Requirements Group (STRG). IWS-5A evaluates these capabilities and develops any required software applications. If there are hardware changes required to enable these capabilities, these are addressed by PMS401 via solutions developed through the Technology Insertion (TI) Integrated Product Team (IPT). 25) In addition to PMS-401's direct needs: 1) is it anticipated IWS-5 will procure integration services for APB's through the upcoming ARCI contract; or that 2) APB integration services are/will be provided by separate procurement; or that 3) the APB process does not include a traditional lead integration agent role? Answer: IWS-5 does not integrate, that is a program office responsibility. The A-RCI contract can be used by IWS-5, if required. 26) Will today's Industry Day attendance list be made available to attendees [desirable for promoting teaming opportunities]? Answer: No. It is the responsibility of the prospective Offeror to determine teaming partners. 27) Will the Common Acoustic Cabinet (CAC) contract specify “Build to Print†or “Build to Spec� Answer: Build to Specification under an LOE contract. Ownship Monitoring System (OMS) RFP N00024-12-R-6268 Questions: 28) Are capability improvements above TSMS baseline planned for the OMS competition? Answer: Offerors are welcome to propose any innovations thought beneficial to the Navy. Requirements are identified in the OMS specification located in the TIC. 29) Will this be a build-to-print or build-to-spec based on TI-12/TI-14 Design baseline? Answer: OMS will be built-to-spec according to the OMS specification located in the TIC. 30) Will Government owned TI-12 baseline product fabrication drawings, procedures, ILS/IETM source and training materials be made available as part of RFP for bidding? Answer: No. 31) Will Government owned TI-14 baseline deliverable documentation be made available as GFI in support of contract award for TI-16? Answer: Since TI-14 baseline design is just beginning, TI-14 deliverable documentation will not be available in time for this competition. 32) Will the RFP include the anticipated Quantity of procurements by year or Total for the 5 year period of performance of the contract? Answer: The RFP will include the total expected quantity. This number changes dependent on the outcome of the quarterly C5I conference. Common Acoustic Cabinet (CAC) RFP N00024-13-R-6269 Questions: 33) Will the CAC RFP and competition include any new TA/HA software development and integration efforts, or will it be specifically to provide the Hardware rack and components with supporting ILS source and training products. Answer: The CAC RFP and competition will result in the cabinet internals for a GFE enclosure. Supporting ILS source and training products will be part of this. TA/HA software development is NOT part of this contract. 34) Will the CAC be a build to spec based off of the existing TI-12 or TI-14 cabinet design or a build to print with drawings furnished? Answer: The CAC will be built-to-spec based on the CAC specification located in the TIC. 35) Will Government owned Deliverables like Product Drawings, Assy/Test Procedures, ILS/IETM source, Training material etc. for TI-12 baseline be made available as part of the RFP. Answer: No source material will be provided. Product information from COTS venders for the TI12 servers and switches will be provided. In addition, the TI12 IETM (fleet ready version) will be available via the TIC. 36) Will Government owned TI-14 baseline deliverable documentation be made available as GFI in support of contract award for TI-16? Answer: Since TI-14 baseline design is just beginning, TI-14 deliverable documentation will not be available in time for this competition. 37) Will delivery of the Dual Towed Array Power Supply (DTAPS) and Telemetry Receiver be part of the CAC solicitation or will these elements be provided as GFE to the contractor? Answer: These elements will not be provided as GFE. The CAC will be built-to-spec and Offerors have the freedom to design the cabinet in a way that satisfies all requirements. 38) Are there any planned improvements/changes to the Towed Array PS or Receiver as part of the RFP. Answer: Offerors are welcome to propose any innovations thought beneficial to the Navy. Improvements/changes to the Towed Array PS and Receiver will not be part of the RFP. 39) Will the RFP include the anticipated Quantity of procurements by year or Total for the 5 year period of performance of the contract? Answer: The RFP will include the total expected quantity. This number may change dependent on the outcome of the quarterly C5I conference. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2013-11-26 08:59:06">Nov 26, 2013 8:59 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2013-11-26 09:02:56">Nov 26, 2013 9:02 am Track Changes 26 NOV 2013 UPDATE: The Navy intends to issue a draft Request For Proposal (RFP) by early January 2014 subsequent to comments, a final RFP is intended to be issued late March/early April 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002413R6267/listing.html)
 
Record
SN03242007-W 20131128/131126234725-878f61bbffe75d3132fc7f7bd3c2916a (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 |
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.