Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOURCES SOUGHT

58 -- AN/SRQ-4 Radio Terminal Set (Ku Band)

Notice Date
9/15/2020 2:08:22 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N0002421R5206
 
Response Due
9/29/2020 2:00:00 PM
 
Archive Date
10/14/2020
 
Point of Contact
Stephanie Little, Phone: 2027811370
 
E-Mail Address
stephanie.little@navy.mil
(stephanie.little@navy.mil)
 
Description
SECTION 1: SYNOPSIS This is a Request for Information (RFI) issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Integrated Warfare Systems Undersea Systems directorate (PEO IWS 5.0). The Government is conducting market research seeking industry inputs and interest for a potential procurement of AN/SRQ-4 Ku band Radio Terminal Sets (RTSs). The AN/SRQ-4 RTS is an existing system that adds Surface Radio Link capability to Ticonderoga class Cruisers and Arleigh Burke class Destroyers in support of Anti-Submarine Warfare (ASW) and Anti-Ship Surveillance and Targeting (ASST) missions. Originally procured to meet the requirements of the Light Airborne Multi-Purpose System (LAMPS) for surface combatants, its current configuration utilizes the Common Data Link (CDL) Ku-band to avoid interference with other shipboard Radio Frequency systems. The AN/SRQ-4 provides a secure communications interface between the surface combatant and the AN/ARQ-59, which is onboard the surface combatant�s MH-60R helicopter. This procurement addresses the need for continued production of AN/SRQ-4 systems in support of the DDG-51 and FFG(X) new construction programs, as well as considerations for future retrofit efforts onboard DDG-51 class and CG-47 class, shore sites and potential Foreign Military Sales (FMS) programs. The Navy is also seeking the production of a modernized AN/SRQ-4 system for fiscal year (FY) 2022 through FY 2026. Capabilities and attributes under this modernization of the AN/SRQ-4 would include: Elimination of obsolete analog interfaces; Modernization to meet cybersecurity requirements for Aegis Baseline 9.2.2 and following baselines; Maximize future interoperability opportunities by supporting: Band Efficient � Common Data Link (BE-CDL) Crypto Core Modernization (CCM) Provision of the required production units will require the procurement of supplies such as installation spares and services required in support of those supplies. The ancillary services required in support of production include engineering services to support engineering change proposals. The contractor will be responsible for any required updates to existing technical data, and for the development of new technical data as required. Types of data to be acquired primarily include Technical Data (TD), Computer Software (CS), Computer Software Documentation (CSD), and any other data offered to the Government necessary to ensure unimpeded, innovative, and cost-effective production, operation, maintenance, and upgrade of the system throughout its life-cycle. SECTION 2: GENERAL INFORMATION Pursuant to FAR 52.215-3 this RFI 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 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 RFI does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via Federal Business Opportunities (FBO) and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor FBO for additional information pertaining to this requirement. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. Questions regarding this announcement shall be submitted in writing using the form contained in Attachment 3. Attachment 3 shall be submitted via e-mail to the Contract Specialist and Contracting Officer�s email addresses by 29 September 2020 16:00 EST. Verbal questions will not be accepted. Questions shall not contain classified information. SECTION 3: REQUIREMENTS OVERVIEW The Navy is interested in vendors who have performed similar efforts on other Government contracts. Interested parties are requested to provide the following in their responses: Section 1 of the response shall provide administrative information, and shall include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Country of origin for main component(s)� Section 2 of the response shall provide a technical description and information, and shall include the following as a minimum: Space, Weight, Power, and Cooling: SWAP-C data is available for reference in the Initial Capability Document. Cybersecurity: For AEGIS BL 9.2.2 and follow, the AN/SRQ-4 will be interfaced to a shipboard network, therefore there are new requirements driven by being in a network configuration. The contractor shall develop inputs and support the Government with Risk Management Framework (RMF) implementation in accordance with DODI 8500.01 Cybersecurity and DODI 8510.01 Risk Management Framework for DOD Information Technology (IT). The RMF effort shall produce a Cybersecurity Configuration that implements the Government approved security controls. System security design should address security controls that may be satisfied through inheritance of common controls. Mandatory configuration settings as directed in Defense Information Systems Agency (DISA) Security Technical Implementation Guides (STIG) and Security Requirements Guide (SRG) shall be established and implemented in accordance with Federal and DOD policies. DISA STIG/SRGs may be found at http://iase.disa.mil/stigs/Pages/index.aspx. As part of the modernization effort and in order to increase interoperability with other platforms the following CDL enterprise capability improvements are now required: Bandwidth Efficient CDL Revision C (BE CDL Rev. C) or later. Cryptographic Core Modernization (CCM) modular encryption. Product specification, sketches, or listings of authorized distributors do not count as part of the overall page count. Respondents are requested to provide details. The new modernized AN/SRQ-4 eliminates the legacy NTDS interface to the SQQ-89 on AEGIS BL 9.2.2 and follow, and reductions in Space, Weight, Power, and Cooling should be considered to aid Fleet retrofit efforts in the future. Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should also provide a brief description of the following characteristics of their solution, if based upon an existing design solution, in their submission: Lead time from award of contract to produce initial production units List of Certifications and Standards Ancillary items available Total quantity of units sold to date Date of delivery of the first unit Date of delivery of most recent unit If applicable and able, respondents shall include a list of Department of Defense (DOD) or Department of Homeland Security (DHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. SECTION 4: SUBMISSION OF RESPONSES Responses to this RFI should be submitted by 29 September 2020 16:00 EST via e-mail to Stephanie Little, Contract Specialist, stephanie.little@navy.mil, with a copy to the Contracting Officer, Camille O�ate, camille.onate@navy.mil. SECTION 4.1: CONTENT Responses under this RFI can be unclassified or classified. Unclassified responses should be in PDF or MS Word format and emailed to Stephanie Little, Contract Specialist, stephanie.little@navy.mil, with a copy to the Contracting Officer, Camille O�ate, camille.onate@navy.mil. The subject line of the email should read as follows: �Response AN/SRQ-4 Ku Band RTS RFI Response � N00024-21-R-5206.� Classified responses shall be submitted directly to the attention of PEO IWS 5.0 Document Control Unit at the following address and marked in the following manner: OUTSIDE ENVELOPE � (no classification marking): �Steven Bronocco, PEO IWS 5.0 1333 Isaac Hull Ave SE Washington Navy Yard, DC 20376� The inner wrapper of the classified response should be addressed to the attention of Steven Bronocco, PEO IWS 5.0 and marked in the following manner: INNER ENVELOPE � (stamped with the overall classification of the material) �AN/SRQ-4 Ku Band RTS Attn: Steven Bronocco, PEO IWS 5.0 1333 Isaac Hull Ave SE Washington Navy Yard, DC 20376� Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their 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 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. Submissions shall not exceed ten (10) pages. Product specification, sketches, or listings of authorized distributors do not count toward the page limitation. 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 5:� REQUESTING GOVERNMENT FURNISHED INFORMATION (GFI) To obtain the GFI, interested companies shall provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement, verifying eligibility and authority to receive export-controlled information. In addition, interested companies must complete BOTH Terms of Use Agreements (Attachments 1A and 1B of this RFI) and the Classified Material Request form (Attachment 2 of this RFI). Companies should assert in their requests that they have a Defense Security Service (DSS) issued SECRET facility clearance, providing for SECRET personnel clearances and SECRET safeguarding capability. The DD Form 2345, completed Terms of Use Agreement, and classified material request form shall be submitted via email to the Stephanie Little, Contract Specialist, stephanie.little@navy.mil, and to the Camille O�ate, Contracting Officer, camille.onate@navy.mil. Upon receipt, verification of facility clearance, and approval of the GFI request, the GFI will be provided. IMPORTANT: For purposes of this RFI, each company must be able to receive classified documents up to the SECRET level. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4c784b91de154fc6b20ea04cc061499c/view)
 
Record
SN05798665-F 20200917/200915230157 (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  © 1994-2020, Loren Data Corp.