Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOURCES SOUGHT

20 -- AN/BYG-1 Weapons Control System Ceiling Increase

Notice Date
6/16/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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-6406
 
Archive Date
7/18/2017
 
Point of Contact
Samuel Kistner, Phone: 2027813130, Patricia L. Stephens, Phone: 2027813941
 
E-Mail Address
samuel.kistner@navy.mil, patricia.l.stephens@navy.mil
(samuel.kistner@navy.mil, patricia.l.stephens@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command (NAVSEA) intends to issue a sole source solicitation, Number N00024-17-R-6406, for a Cost Plus Fixed Fee (CPFF) contract modification to NAVSEA contract N00024-15-C-6201, to increase the contract ceiling and procure additional engineering services under CLIN 0009 in order to address repairs, obsolescence issues, and replacement parts for installed systems to meet submarine fleet requirements. This requirement will be solicited sole source from Raytheon Company in Portsmouth, Rhode Island, which is the current provider for the Legacy Weapon Control System and associated launchers, pursuant to 10 U.S.C. 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. Raytheon is the only source with the requisite technical data and knowledge of the older systems referenced herein to meet the Government's schedule and cost constraints without significant risk to the Navy. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE AT THIS TIME. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY ACTUAL PROCUREMENT OF MATERIALS, MACHINERY, OR SERVICES. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. However, the Government is actively seeking information on potential sources of the services described below. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding parties' expense. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information that has not been both properly marked and clearly identified. Information marked proprietary received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future competitive solicitation, if one is issued. Specific responses to the contractor's approaches for meeting this requirement will not disqualify or have an impact on participation and evaluation on future solicitations. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. If a solicitation is issued, it will be announced later via FBO and all interested parties must respond to that solicitation announcement separately from the responses to this RFI. BACKGROUND: In support of Program Executive Officer, Submarines (PMS425), Naval Sea Systems Command (NAVSEA) has a requirement for software engineering, hardware engineering, systems engineering, test, integration, installation, logistics and repair support of the VIRGINIA Class AN/BYG-1 Technical Insertion (TI-02) legacy system, COLLINS Class Weapon Data Converter (CWDC), and various SSN legacy weapon launchers, including Weapon Launch Console Integrated Enclosure (WLCIE), Weapon Launch System (WLS), and Universal Weapon Launch (UWL) console in support of legacy AN/BYG-1 Weapons Control System (WCS). Specifically, NAVSEA intends to procure the following engineering and support services that are associated with the aforementioned systems: Management Support: • Provide support for all program management, technical performance, systems engineering, software and hardware engineering, logistics, configuration, Government Furnished Information (GFI)/Government Furnished Equipment (GFI/GFE) management, quality control, and financial management. Engineering and Technical Support Services: • Fleet problem assessments (ship safety/self-protect) • Engineering technical assistance to resolve hardware, software or logistics problems • Sustainment and maintenance support, including repair/refurbishment of legacy launchers residing in Government facilities • Identification and resolution of Safety issues • Technical data and provisioning data updates • Configuration management support including generation of Engineering Change Proposals (ECPs) and source data for Engineering Change Instructions (ECIs) as required • Obsolescence monitoring and analysis support • Hardware engineering support for technical analyses and drawing updates supporting launcher power, interface, and weapons string efforts • Failure Reporting, Analysis and Corrective Action System (FRACAS) findings and recommendations • Cyber Security Network mapping • Architecture Review and Cyber Hardening (ARCH) analysis • Cyber Security vulnerability assessments (including all SSN and SSBN platforms) Obsolescence Management • Identify potential end-of-life and obsolete component replacement alternatives (such as component redesign or Form/Fit/Function (FFF) replacements). Provide cost, schedule, risk and technical analysis of the hardware design, Level 3 drawing development/updates, testing, qualification, and production of upgrade kits for each option. PURPOSE: NAVSEA issues this RFI to identify and help determine the interest, technical capability, and qualifications of industry to meet the Government's needs for the above-described legacy efforts. NAVSEA is providing the above summary of the work required under this planned procurement for informational purposes only. No comments, questions, or inquiries shall be made to any Government person other than the point of contacts identified in this synopsis. INFORMATION SOUGHT: Respondents are requested to review the above summary of the SOW in order to provide the following information: I. Company Qualifications and Experience: a. Describe your capabilities and experience with the systems noted herein this RFI. Your response should address the concerns, challenges, and risks necessary for this effort. II. Technical Approach: a. Provide your overall technical approach to the requirement as outlined above. b. Describe innovative methods for reducing cost and optimizing innovation for the procurement. c. Describe your risk management approach for execution of contract deliverables as related to cost, performance and schedule. III. Data Rights: a. For the technical approach outlined in Section II above, provide details on any limitations of technical data rights, specifically proprietary information, that would not be shared with the US Government. IV. Other: a. The Government will consider all comments received. The Government does not commit to providing a response to any comment. The Government IS NOT soliciting questions or offers at this time. Any subsequent revision to any specification or Statement of Work based on comments received remains solely at the Government's discretion. Comments are not included as part of the page count noted in SUBMITTAL INSTRUCTIONS so long as the comments page is titled "Comments On Requirement". SUBMITTAL INSTRUCTIONS: Respondents to this RFI should adhere to the following details. Interested parties are requested to respond with a white paper in the following format: Microsoft Word for Office 2003 (or newer) compatible; 20 pages or less (including cover and administrative pages); 1-inch margins; and 12 point font (or larger). Interested parties should provide a company profile to include the following: a. Company Name b. Company Address c. Cage Code d. Website address e. Points of Contact with names, email addresses, and telephone numbers f. Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) g. Level of Facility Clearance All information submitted in response to this RFI shall be submitted on or before 3:00 PM (EST) on 03 July 2017. Submit information both in hardcopy and on CD or DVD labeled with the RFI number N00024-17-R-6406 by mail to Sam Kistner and Patti Stephens at their respective mailing addresses below. Telephonic or email responses are not acceptable. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Mailing Address: COMMANDER NAVAL SEA SYSTEMS COMMAND ATTN: PATTI STEPHENS/SEA 02644 1333 ISAAC HULL AVENUE SE STOP 2050 WASHINGTON NAVY YARD, DC 20376-2050 Primary: Sam Kistner, 02644K, samuel.kistner@navy.mil, 202-781-2362 Secondary: Patti Stephens, SEA 02644, patricia.l.stephens@navy.mil, 202-781-3920
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-6406/listing.html)
 
Record
SN04548051-W 20170618/170616235031-aa87ef64d0db21b8afee35a2da55187d (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.