Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOURCES SOUGHT

99 -- Sea Shrike Advanced Payload Module (APM) Development, Systems Integration and Testing

Notice Date
12/3/2019 11:32:35 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376 USA
 
ZIP Code
20376
 
Solicitation Number
N00024-20-R-6200
 
Response Due
12/18/2019 3:00:00 PM
 
Archive Date
01/02/2020
 
Point of Contact
Troy McGowan, Phone: 202-781-4936, Sharon Allen, Phone: 202-781-0412
 
E-Mail Address
troy.mcgowan@navy.mil, sharon.allen@navy.mil
(troy.mcgowan@navy.mil, sharon.allen@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY.The Naval Sea Systems Command (NAVSEA) Program Executive Office Submarines (PEO SUB) is considering a sole source contract to Northrop Grumman Corporation (NGC) to fulfill the requirements for the Sea Shrike Advanced Payload Module (APM) Development, Systems Integration and Testing as the only responsible source to fulfill the program requirements and capabilities in accordance with 10 U.S.C 2304(c)(1). NGC will serve as the Prime Integrator coordinating the key interfaces and modifications (APM, Capsule Launch System (CLS), Payload Launch Device (PLD), Payload Kit (PK), All-Up Round (AUR) assembly, host ship) across multiple Navy stakeholders and vendors for FY 2021 through FY 2026. NGC will provide systems engineering to design, develop, test, qualify, fabricate, and deliver the APM adapter / modification kit and the CLS, any required special tooling or handling gear, Integrated Logistics Support (ILS), as well as support integration onto the platform. Additional responsibilities include coordination and management of the integrated test program and the program Integrated Master Schedule (IMS) as well as associated engineering services to update and maintain the APM and CLS Technical Data Packages (TDP), and to provide technical data for the follow-on configuration changes to the APM and CLS.NGC is assessed as the only contractor capable of performing this role as they are currently engineering and fabricating an APM adapter / modification kit for an APM being developed for an adjacent submarine payload program. In addition, NGC is responsible to design and produce a CLS to house a payload, PK, and the PLD. The APM and CLS design currently being developed by NGC is necessary to integrate into the Virginia Payload Module large diameter payload tubes and interface with the shipboard Payload Control System (PCS) and host ship hull mechanical and electrical interfaces.The Government anticipates a majority of the work to be performed at the contractor’s site.Sources Sought Purpose:The scope of work requires demonstrated experience with the fabrication, integration, assembly, test, design, and logistical support for the APM, Tomahawk Multiple AUR Canister (MAC), or equivalent and the CLS. Due to the nature of this requirement, responses from interested sources must demonstrate the technical expertise and production capability necessary to deliver a fully tested and qualified payload module by December 30, 2024 to meet program schedule.The Government requests that interested sources provide a White Paper that includes the requested information and addresses their proposed plan and concepts to delineate a viable approach to meeting the requirements outlined below:1. Company Information Provide company name, address, DUNS number, CAGE code, tax identification number, designated representative name(s) and point of contact, including phone numbers and e-mail addresses. Provide number of employees employed by company, and annual revenue/receipts for the last 3 completed company fiscal years. Identify contracts within the last five (5) years with similar scope and provide brief overview of the work performed. If a small business under NAICS code 541330, identify type of small business (e.g. 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned).2. Required Experience and Performance Capability Design and Development of APM Adapter / Modification Kit Design and development for the Sea Shrike APM adapter / modification kit to ensure AUR compatibility with the APM currently being designed and developed by Northrop Grumman through an adjacent program, as well as Virginia Block V HM&E and WLS interface requirements. The APM adapter / modification kit will support requirements development towards a future common APM. The contractor must be able to demonstrate their plan for ensuring compatibility and coordination across multiple government and private sector stakeholders to develop interface and design requirements. The contractor will conduct design studies, PRR, CDR, prototype fabrication, testing and evaluation, and final design and production. Design and Development of CLS Design and development for the Sea Shrike CLS and overall AUR design to ensure compatibility and alignment with the APM currently being designed and developed by Northrop Grumman through an adjacent program, as well as Virginia Block V HM&E and WLS requirements. The CLS must integrate the PLD and PK (with payload) and be compatible with the APM adapter / modification kit from paragraph a. of this RFI. The contractor will conduct design studies, PRR, CDR, prototype fabrication, testing and evaluation, and final design and production. Initial APM Production The contractor must demonstrate the ability to manufacture APMs and APM Modification Kits for early fielding following final design acceptance by the government. The initial APMs and APM Modification Kits should leverage as much of the design from the adjacent program to allow for future commonality. Prime Integrator of Payload System Components Prime system integration lead/coordinator for the key Sea Shrike payload System components and interfaces (APM, CLS, PLD, PK, payload, host ship) across multiple contractors for FY 2021 through FY 2026. The contractor will serve as the primary coordinator between the Sea Shrike program and the APM, PLD, PK, payload and host ship contractors. The contractor will support design reviews (PDR, CDR, SRR etc.) and integration flow meetings (e.g. kickoff, sync points, working groups, etc.) to ensure interface compatibility between payload system components and between the payload system and the host ship systems. Coordination and Management of Integrated Test Program The Government requires technical support in the planning an execution of hardware testing, software testing, modeling and simulation, and flight testing in support of the Sea Shrike program. The contractor shall assist in the development of the Test and Evaluation Master Plan (TEMP), modeling and simulation verification, validation and accreditation plans, systems requirements verification plans, safety packages, and test planning briefing packages. This support includes the entire test cycle from test planning, procurement and installation of new test fixtures, test execution, analysis, and reporting to ensure tests are conducted effectively. The contractor will provide design and safety information require for Weapons Systems Explosive Safety Review Board (WSESRB) reviews. This support also includes knowledge and support of component testing for missile systems, weapons control systems and integration testing to ensure components work together for the weapon system. This support also includes knowledge and support of subsystem and system level testing, and the development and execution of capability validation plans, to include, reporting on the program's phase of development and status towards verifying achievement of Weapon System Requirements. The Contractor shall provide test engineering services to assist in the planning and execution of government test events (ex. Shock Test), support the oversight of contractor developmental testing, and conduct assessments and provide recommendations regarding test and modeling activities. Experience coordinating and leading, across multiple government and industry stakeholders, a complex weapon systems test programs is required. Prime Schedule Manager The contractor shall maintain a Sea Shrike Work Breakdown Structure (WBS) and Integrated Master Schedule (IMS) including program risks, mitigation plans and schedule configuration control. The schedule will be resource loaded and identify resource shortfalls, both government and/or contractor/industry. The contractor must have demonstrated ability to integrate complex program schedules across multiple government and private sector stakeholders. The contractor will identify the critical path, critical resources and identify how program risks may affect schedule outcomes. The WBS and IMS will be of sufficient detail to be useful in the day-to-day management of the program. Classified and Controlled Unclassified Information (CUI) The contractor must have at least a Secret Facility Clearance, including storage. The contractor must describe their capability to electronically receive & transmit, handle and store classified information at the Secret level and CUI from the contractor’s facility is required. Subcontracting Agreements The contractor shall indicate any intentions to subcontract portions of this work and identify the potential teaming partner(s), if applicable. The contractor must describe how the Government would benefit from any such agreement in regards to cost reduction, improved performance, schedule, etc. Data Rights Government desires Government Purpose Rights data rights. Provide details of any limitations on technical data rights for the equipment specifically proprietary information that would not be shared with the US government. All written expressions of interest and information in response to this sources sought shall be submitted to the PCO Representative, Sharon Allen at sharon.allen@navy.mil and the PCO, Mr. Troy McGowan, at troy.mcgowan@navy.mil by 13 December 2019. This sources sought notice is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. Any information submitted by respondents as a result of this sources sought notice is strictly voluntary. All documentation shall become the property of the Government. All information provided by the respondents should be UNCLASSIFIED and can be marked “business sensitive.” Submissions will only be shared between Government activities and employees.The Government will accept specific questions or comments submitted in response to this notice or information provided as a result of this Sources Sought Notice. The Government may or may not be able to provide answers to all questions at this time.All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. If a competitive solicitation is issued, it will be announced later via FedBizOpps and all interested parties must respond to that solicitation announcement separately from the response to this sources sought notice. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCES SOUGHT NOTICE.Sources Sought Responses:NOTE: Please limit Sources Sought responses to 10 pages or less, with 1 inch margins, and 11 point Times New Roman font or larger.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9e2b1d5fc98b428496ae728e3c4f3a57/view)
 
Record
SN05508086-F 20191205/191204050245 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.