Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2017 FBO #5578
SOLICITATION NOTICE

A -- Ship Self Defense System: Combat System Engineering Agent - CSEA Attachments

Notice Date
2/28/2017
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-17-R-5152
 
Archive Date
3/31/2017
 
Point of Contact
Courtney Ryan, Phone: 2027814158, Simon Klink, Phone: 2027813913
 
E-Mail Address
courtney.ryan@navy.mil, simon.klink@navy.mil
(courtney.ryan@navy.mil, simon.klink@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Draft Sections B/C/F Attachment 4 - NSERC Application Instructions Attachment 3 - Draft RFP Question and Comment Template Attachment 2 - N00024-17-R-5152: DD 254 The Naval Sea Systems Command (NAVSEA) intends to post a competitive solicitation for the Program Executive Office Integrated Warfare System (PEO IWS) 10.0, Ship Self Defense System (SSDS). The purpose of the procurement is to acquire a Combat System Engineering Agent (CSEA) / Software Design Agent (SDA) to provide engineering support for the SSDS Integrated Combat System (ICS), Fiscal Year (FY) 2018 through FY 2027. The current anticipated requirements to be provided include systems and software engineering support, development of engineering products to support combat system integration, configuration control, developmental test/operational test (DT/OT) support, training and logistics support, and field technical support for the SSDS ICS. NAVSEA intends to award Cost Plus Incentive Fee (CPIF) Completion CLINS 1000 "SSDS EASR ESSM EW Capability Improvement," CLIN 1001 "HTI -12 Software Migration," CLIN 1002 "HTI-12H Software Migration," and CLIN 1003 "HTI-16TR Software Migration" base contract with Cost Plus Fixed Fee Level Of Effort (CPFF LOE) Engineering Services with Cost Reimbursable only Contract Line Items for Travel and Other Direct Cost (ODC) Engineering Services support, Firm Fixed Price (FFP) Options for Data, "Enhanced Data Rights," and out-year Options for CPIF LOE Engineering Services via full and open competition. The solicitation will be issued electronically via Federal Business Opportunities (FBO) at http://www.fbo.gov. Hard copies of the solicitation will not be provided or mailed. Interested Offerors should monitor the FBO page for the release of the solicitation. Any solicitation or applicable amendments to this pre-solicitation notice will be issued electronically via FBO. The Government is under no obligation to maintain a bidder's mailing list. The SSDS is an element of the ICS that provides ship self-defense capabilities against Anti-Ship Cruise Missile (ASCM) attack for aircraft carriers and selected amphibious ships by integrating existing and programmed Anti-Air Warfare (AAW) stand-alone defensive systems and providing an automated quick response and multi-target engagement capability emphasizing performance in the littoral environment. The ICS is the unification of the existing SSDS product and its Combat System (CS) elements with non-SSDS CS elements integrated into a common computing framework (computing environment, common track models, common data models, common time standard, common conversions between units of measurement, common and domain specific algorithm libraries, schedulers, etc.). The SSDS is the CS used on the both Carriers and Large Deck amphibious ships of the United States Navy (USN). The solicitation will be issued electronically via FBO at http://www.fbo.gov. Hard copies of the solicitation will not be provided or mailed. Interested Offerors should monitor the FBO page for the release of the solicitation. Since this pre-solicitation, and any applicable amendments, will be issued electronically, the Government is under no obligation to maintain a bidder's mailing list. Draft portions of the solicitation (See Attachment 1) are attached to this pre-solicitation notice for industry questions and comments. The Government will be accepting comments through 15 March 2017. Additionally, instructions for initiating access rights to the Bidder's Library can be found below. Unclassified questions and comments should be electronically submitted using the format provided in Attachment 3 to Simon Klink (simon.klink@navy.mil) and Courtney Ryan (courtney.ryan@navy.mil). Questions may be answered and incorporated into the final Request for Proposal (RFP) at the discretion of the Navy. Further, any questions or comments that are submitted may be publically released. DISCLAIMER: FBO is the single point of entry for posting of synopsis and solicitations to the internet. This pre-solicitation notice is for information only, and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a final solicitation is issued in the future, it will be announced via FBO 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. This is not an RFP or a promise to issue an RFP and this information is subject to modification and in no way binds the Government to award a contract. IMPORTANT: In order to be considered for contract award, each company must have a TOP SECRET facility clearance by the time of award. Offerors must be able to receive classified portions of the pre-solicitation up to the SECRET level. Offerors must be a United States (US) company or an independent US subsidiary, although foreign contractors may act 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 and requires the issuance of an export license by the U.S. Department of State. There will be classified attachments at the SECRET Only level for the pre-solicitation. These classified documents will be provided in a library (referred to as the "Bidder's Library"), located on the Naval Systems Engineering Resource Center (NSERC) website, with restricted access. NSERC ACCOUNT SET UP PROCESS: Offerors will be required to have an NSERC account to gain access and view the documentation in the Bidder's Library. Attachment 4 of this pre-solicitation provides Offerors the necessary steps to both obtain an NSERC account and approval to gain access to the Bidder's Library. Contracting Office Address: N00024 NAVAL SEA SYSTEMS COMMAND 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC Point of Contact(s): Mr. Simon Klink Procuring Contracting Officer, SEA 02513 simon.klink@navy.mil Phone: 202-781-3913 Ms. Courtney Ryan Contracts Specialist, SEA 02513R courtney.ryan@navy.mil Phone 202-781-4158 Contracting Office Address: NAVSEA SEA 02 1333 Isaac Hull Avenue SE Washington Navy Yard, District of Columbia 20376 United States ATTACHMENTS: 1. Draft Sections B/C/F 2. N00024-17-R-5152: DD 254 3. Draft RFP Question and Comment Template 4. NSERC Application Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-5152/listing.html)
 
Record
SN04416813-W 20170302/170228234500-aafdef72330fd0cdd5e4fa610c9e0dd0 (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.