Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SPECIAL NOTICE

58 -- REQUEST FOR INFORMATION - ELECTRONIC WARFARE RADAR WARNING/INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE TECHNOLOGY DEVELOPMENT - CONTROLLED DOCUMENTS

Notice Date
5/25/2017
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016417SNC06
 
Archive Date
8/4/2017
 
Point of Contact
JD Campbell, Phone: 812-854-3240
 
E-Mail Address
james.d.campbell@navy.mil
(james.d.campbell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N00164-17-S-NC06 - REQUEST FOR INFORMATION - ELECTRONIC WARFARE RADAR WARNING/INTELLIGENCE, SURVEILLANCE, AND RECONNAISSANCE TECHNOLOGY DEVELOPMENT - FSG 58 - NAICS 334220 ISSUE DATE 25 MAY 2017 - CLOSING DATE 20 JULY 2017 - 4:00 P.M. Eastern Request for Information (RFI): Naval Surface Warfare Center Crane Division (NSWC-CD) is issuing the Market Survey for determining industry capabilities and is soliciting information from potential sources to provide development, prototype, and test item delivery of a Combatant Craft Maritime Situational Awareness System in accordance with the enclosed DRAFT system requirements (Appendix 1). The Government desires to minimize the development time for this effort and is interested in mature systems (Technology Readiness Level (TRL)-7 and above) that meet or can be easily modified to meet the requirements outlined in Appendixes 1. Responses shall include a Corporate Description section and a Corporate Experience section as described below. Section 1: Corporate Description. Capability Responses must include all of the following information (2 page limit): (1) Name of Firm (2) State the respondent's size status and whether the respondent is registered in applicable NAICS code listed above. (3) Ownership, including whether: Small, Small Disadvantaged, 8(a), Woman-Owned, HUBZONE, Veteran Owned and/or Service Disabled Veteran-Owned Business. (4) Two points of contact, including: name, title, phone, and e-mail address (5) CAGE Code and DUNS Number (6) Affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime). (7) A list of customers for current and relevant work performed. The purpose is to demonstrate the prime's management infrastructure, capacity to procure and manage a level of effort which may include, but is not limited to, teaming arrangements, joint ventures, etc. that correspond to the technical tasking, relevant experience, and past performance. Respondents shall submit at least 1, and no more than 5, citations of current and relevant work performed. a. Current work is defined as work performed within the 5 years before the posting date of this market survey. b. Common aspects of relevancy include similarity of technology development effort, as well as complexity, dollar value, contract type, and degree of subcontract/teaming. c. Each vendor shall provide Relevant Contract Experience in Technology Area: Mobile SIGINT solutions including software defined radio, antenna development, precision geo and direction finding technologies across a variety of threats, SIGINT fusion with other intelligence collection systems such as TTL, Special Communications, and Unattended Ground Sensors (UGS), and/or improved system network capabilities; which does not count toward the two page limit for this section. (8) A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Section 2: Corporate Capabilities. Respondents shall summarize the work their company, employees or partnership has performed relevant to the planned requirement by demonstrating their experience/capabilities in regards to development, testing, and manufacture of situational awareness/radar warning systems. Responses shall be in regards to recent experience on efforts with systems meeting or exceeding the requirements listed in Appendix 1. Information that addresses the following should be included in this section (10 page limit): (1) Describe your recent experience in developing, testing, and manufacturing situational awareness systems meeting the requirements in Appendix 1. (2) Describe your recent experience in modifying and testing similar equipment currently in use on other military platforms to perform in a maritime environment (marinization). (3) Describe your recent experience in designing, modifying, and testing equipment to perform to specified signature (radar cross section, thermal) requirements. (4) Describe your recent experience in scaling or modifying your systems to meet the requirements of other platform installations (re-packaging). (5) Describe your recent experience in integrating situational awareness systems into military platforms. List the scope of the integration to include number of systems integrated to (breadth) and level of integration (depth), to include interface standards (e.g. IEEE-488, Ethernet, MIL-STD-1553, etc.). Recent experience with integration onto maritime platforms is desired. (6) Describe your recent experience in developing and delivering open architecture hardware and software solutions. Examples include standards such as VPX/OpenVPX for hardware and GNU Radio and REDHAWK for software. (7) Provide a Rough Order of Magnitude (ROM) and Delivery Schedule for the estimated quantity of systems identified. The Government estimated quantity is 40 prototype systems. All responses shall be UNCLASSIFIED. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Responses shall be prepared so that when printed, they meet the following requirements: 8.5x11 inch paper, single-spaced typed lines, 1 inch margins, 12 point Times New Roman font. Tables may use 10-point font. Graphics or pictures can be included in appendices only. Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used and they will be counted against the page count limitation. Respondents are responsible for ensuring the legibility of all tables, charts, etc., and should assume that when their response is printed or copied, it will be done in black and white. Contractors must be properly registered in the Government System for Award Management System database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. The UNCLASSIFIED DRAFT Systems requirement document may contain information that discloses critical technology. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information is available at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. Access to CLASSIFIED information is required to respond to this RFI and will be provided to prospective respondents upon verification of the appropriate facility clearance and safeguarding capability (see Enclosure 1 -Classified Material Request Form). The CLASSIFIED information provides pertinent information and must be obtain to submit a response. Companies that do not hold the required facility clearance will be denied access. Strict adherence protocols to the Security Classification Guide (SCG) and the DD-254 Attachment shall be in place to determine if any portion of the contractor response is classified. In the event that the DD-254 Attachment and SCG differ, the SCG takes precedence. Contractor support will be utilized in support of review and evaluation of RFI responses. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. At the current time, NO FUNDING is available for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), or Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The following are enclosure, appendixes or attachments to this RFI: Appendix 1 - DRAFT System Requirements - UNCLASSIFIED Appendix 2 - DRAFT System Requirements - CLASSIFIED Enclosure 1 -Classified Material Request Form - UNCLASSIFIED Attachment 1 - Security Classification Guide (SCG) - CLASSIFIED Attachment 2 - DD-254 - UNCLASSIFIED Your interest in this response is appreciated. Questions and electronic submission regarding this announcement may be directed to the technical point of contact, JD Campbell at 812-854-3240 or electronic mail james.d.campbell@navy.mil. All interested parties are encouraged to submit above information for the Government to review by 4:00 PM Eastern Daylight Time on 20 July 2017. Please refer to announcement number N00164-17-S-NC06 in all correspondence and communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016417SNC06/listing.html)
 
Record
SN04523108-W 20170527/170526001619-2bffefc028ba6f6cc28db2d513d58eba (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.