Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOURCES SOUGHT

58 -- FY23-31 Consolidated Afloat Networks and Enterprise Services (CANES) Full Deployment/Production

Notice Date
6/3/2020 5:23:41 PM
 
Notice Type
Sources Sought
 
Contracting Office
NAVAL INFORMATION WARFARE SYSTEMS SAN DIEGO CA 92110-3127 USA
 
ZIP Code
92110-3127
 
Solicitation Number
SPAWAR_Headquarters_MKTSVY_16DE0A
 
Response Due
7/28/2020 12:00:00 AM
 
Archive Date
08/12/2020
 
Point of Contact
Kate A Robb
 
E-Mail Address
kate.robb@navy.mil
(kate.robb@navy.mil)
 
Awardee
null
 
Description
RFI Reference No. N0003920R9100 SECTION 1: REQUEST FOR INFORMATION The Department of the Navy, Naval Information Warfare Systems Command (NAVWAR), on behalf of the Program Executive Office Command, Control, Communications, Computers, and Intelligence (PEO C4I), Tactical Networks Program Office (PMW 160), is conducting market research seeking industry feedback in support of developing the acquisition strategy for the follow-on Consolidated Afloat Network Enterprise and Services (CANES) Full Deployment (FD) contract. Information obtained in response to this market research is intended to increase the Government's understanding of industry insight and interest for future CANES production and to aid in making informed acquisition decisions related to the CANES Program. The basis for production of CANES hardware is contained in the CANES Technical Data Package (TDP). NAVWAR intends to continue procuring Build-to-Print (BTP) CANES hardware under a new competitively awarded contract in FY23. The term BTP in this context means producing to the exact specifications, drawings, and design contained within the TDP. From a requirements perspective, industry should assume any follow-on contract will be similar in scope and complexity to the current contract and its associated delivery orders. SECTION 2: GENERAL INFORMATION Pursuant to FAR 52.215-3 this request for information is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted, travel expended, or information provided as a result of this notice. This does NOT constitute a Request for Proposal. The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. Not responding to this request for information does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via Beta.SAM.gov and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor Beta.SAM.gov for additional information pertaining to this requirement. Questions regarding this request for information shall be submitted in writing via e-mail to the Contract Specialist and Contracting Officer. Questions/responses shall not contain classified information. SECTION 3: PROGRAM AND REQUIREMENTS OVERVIEW A brief overview of the CANES mission requirements and configuration is provided as follows: 1. The CANES program is the Navy�s only Program of Record (POR) to consolidate existing and standalone afloat Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) networks and provides the necessary infrastructure for applications, systems and services to operate in the tactical domain. CANES is the programmatic, technical, and infrastructure consolidation of existing, separately managed afloat networks including Integrated Shipboard Network System (ISNS), Combined Enterprise Regional Information Exchange System � Maritime (CENTRIXS-M), Sensitive Compartmented Information (SCI) Networks and Submarine Local Area Network (SubLAN). 2. The Under Secretary of Defense for Acquisition, Technology, and Logistics (USD (AT&L)) approved the CANES alternative in the Materiel Development Decision (MDD) Acquisition Decision Memorandum (ADM) on 12 December 2008. CANES was identified as an Acquisition Category (ACAT) IAM, Major Automated Information System (MAIS) on 29 March 2010 with USD (AT&L) designated as the CANES Milestone Decision Authority (MDA). CANES was formally approved for program initiation at Milestone (MS) B on 10 January 2011 and achieved MS C on 14 December 2012. Full Deployment Decision (FDD) was achieved on 13 October 2015 designating the program as ACAT IAC and delegating oversight to ASN (RD&A). 3. CANES is a Commercial-Off- The-Shelf (COTS) systems integration effort that utilizes state-of-the-industry networking hardware and core services software. CANES provides complete infrastructure, inclusive of hardware, software, processing, storage, and end user devices, for Unclassified, Coalition, Secret and SCI network services (email, web, chat, collaboration) to a wide variety of Navy surface combatants, submarines and Maritime Operations Centers. In addition, hosted applications and systems, inclusive of C4ISR, Information Operations, Logistics and Business domains, require the CANES infrastructure to operate in the tactical environment. The program implements a software and hardware rolling baseline approach to network upgrades and logistics that mitigates obsolescence issues and provides a stable configuration roadmap. 4. The CANES program awarded the Full Deployment Multiple Award Contract (MAC) in FY15 for CANES production units. CANES production units are procured on a build-to-print basis though delivery order competitions under the CANES MAC. The Government controls, maintains and updates the CANES product baseline for the various afloat platforms. Successive CANES baselines will incorporate new hardware and software technology to expand the capabilities delivered with CANES. The Government is interested in procuring CANES systems from companies that have the following attributes: a. Have past experience producing and assembling rack-mounted U.S. Navy surface and submarine systems. b. Have demonstrated the ability to produce hardware units according to detailed technical data package materials provided to them. c. Experience teaming with industry partners for subsystem development. d. Experience cooperating with other prime industry partners integrating complex systems. e. Experience maintaining fielded DoD or Military hardware systems. SECTION 4: RESPONSES Responses are due 28 July 2020. SECTION 4.1: WRITTEN CONTENT Companies responding to this RFI should provide a response not to exceed fifteen (15) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. Submissions should be organized as follows: � Cover Sheet: RFI number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date � Table of Contents: Include a list of figures and tables with page numbers � General response information � List of abbreviations and acronyms Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. Company responses should provide sufficient detail for the Government to assess potential contracting strategies and should, at a minimum, address the following questions: 1. Does your company have any feedback on the Government's plan to procure BTP CANES hardware under the follow-on contract? Are there any areas of ambiguity that need to be clarified within the TDP? Are there other specific concerns related to procuring BTP that should be taken into consideration? 2. What is your company�s perspective on the current contract structure? How does it impact or motivate your contract performance? Is there anything you would do differently relative to the contract structure and, if so, why? 3. Are there any cost/pricing considerations you would like to bring to the Government's attention? Do you have any recommendations on the structure of the requirements or the overall contracting strategy that would reduce the total price? 4. Are there any contract incentives or performance incentive structures that your organization would recommend and why? 5. Based on your company�s experience procuring/producing CANES BTP hardware, are there any lessons learned that the Government should incorporate into the follow-on contracting strategy? 6. Do you have any suggestions for how the Government could manage CANES hardware Diminishing Manufacturing Sources/Material Shortages (DMS/MS) issues? What contract structure(s) would best support your suggested approach and why? 7. What additional data beyond the TDP, if any, is necessary to successfully procure, produce, integrate, and test CANES hardware? 8. What is your current CANES production capacity? What flexibility does your organization have in production processes to adjust/adapt to increasing/decreasing quantities of CANES production units, spares, and other support equipment? 9. What capital investments/improvements does your organization already have planned for manufacturing and/or testing facilities? How would preparing for the CANES follow- on competition impact those plans? How would being awarded a contract impact those plans? 10. Is your company able to source and supply CANES Software? Do you have any recommendations on how the Government could approach software procurement under the follow-on contract to streamline and maximize economic ordering quantity? 11. Can your company support a 5� 6 month delivery timeline of the CANES BTP unit? If not, what would be the challenges and determining factors on meeting delivery timelines? 12. Please describe how you would implement supply chain risk management (SCRM) activities throughout the supply chain in order to minimize risks to the integrity and trustworthiness of CANES systems and components. 13. Describe your company�s ability to support Environmental Qualification Testing (EQT) of CANES hardware. 14. Are you considering establishing service/teaming agreements with other vendors under the follow-on contract? If so, for what portions of the work? Describe any arrangements under consideration. 15. If you intend to team, how would your organization manage subcontractors/teammates to ensure that the performance requirements are flowed correctly and successfully met? 16. How would your organization optimize hardware production, emergent hardware production, factory acceptance testing, and repair/replacement of failed hardware under the follow-on contract? 17. Is there any additional information or input you would like to provide as it relates to CANES hardware production and the Government's associated acquisition strategy? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their written responses. The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2: FORMATTING REQUIREMENTS NAVWAR will accept ONLY electronic unclassified submission of responses. Respondents to this RFI must adhere to the following details: � Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12- point font. � Paper should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. � Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format. � Submitted electronic files should be limited to the following extensions: .docx Microsoft Word .xlsx Microsoft Excel .pptx Microsoft PowerPoint .pdf Adobe Acrobat .mmpx Microsoft Project Submitted electronic files should not be compressed. SECTION 4.3: CLASSIFICATION All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact PMW 160, Jennifer.L.Zornow@navy.mil, with a copy to the Contract Specialist, and Contracting Officer (contact information provided below). SECTION 5: REQUESTING ACCESS TO THE TECHNICAL DATA LIBRARY NAVWAR has established a Technical Data Library via the Naval Systems Engineering Resource Center (NSERC). The Navy intends to add and modify technical documentation pertinent to the CANES FD follow-on effort during the procurement-planning phase, using NSERC as the central repository. All artifacts contained within the Technical Data Library should be treated as reference material and subject to change. To obtain NSERC access (including access to TDP documentation for purposes of responding to this RFI), interested companies shall: 1) Provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement, verifying eligibility and authority to receive export- controlled information; and 2) Complete a Terms of Use Agreement (Attachment 1 of this RFI). 3) Follow the access instructions outlined under Attachment 2 of this RFI. The DD Form 2345, and completed Terms of Use Agreement shall be submitted via email to the Contract Specialist, amy.jeli@navy.mil, and to the Contracting Officer, kate.robb@navy.mil, with copy to PMW 160, Jennifer.L.Zornow@navy.mil. Email requests shall include �CANES FD RFI Export Control Access Request� in the subject line and the following information in the body of the email: (a) Requestor name(s) (up to two people). (b) Title(s). (c) Company Name/Division. (d) Telephone Number. (e) Email Address. (f) Request for website access to the CANES FD Technical Data Library. IMPORTANT: For purposes of this RFI, all documents will be unclassified. However, prime contractors interested in bidding under any subsequent solicitation must be able to receive classified documents up to the SECRET level and must be a United States (U.S.) company or an independent U.S. subsidiary. The Navy will not consider foreign contractors acting 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 (ITAR) and requires the issuance of an export license by the U.S. Department of State. Please make the request as soon as practicable as it may take several days for the Government to review and approve access to the documents. SECTION 6: POINTS OF CONTACT Amy Jeli Contract Specialist (619) 524-7181 Amy.Jeli@navy.mil Kate Robb Contracting Officer (858) 537-0440 Kate.Robb@navy.mil Jennifer Zornow PMW 160 (619) 347-2431 Jennifer.L.Zornow@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7ca65d9c693745e5a29ba0372f353a30/view)
 
Record
SN05679761-F 20200605/200603230156 (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.