Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2021 SAM #7272
SOURCES SOUGHT

12 -- RFI - MK82/MK200 Director/Director Control Modernization

Notice Date
10/27/2021 7:20:05 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-21-MK82-MK200
 
Response Due
11/26/2021 1:00:00 PM
 
Archive Date
12/11/2021
 
Point of Contact
James Fey, Phone: 2027812197, Elizabeth Vaeth
 
E-Mail Address
james.fey@navy.mil, elizabeth.vaeth@navy.mil
(james.fey@navy.mil, elizabeth.vaeth@navy.mil)
 
Description
The Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office Integrated Warfare Systems (PEO IWS) is�requesting information regarding industry's capabilities and related experience for modernizing the current MK82/MK200 Director/Director Control configuration to improve upon affordable readiness, operational availability, maintainability, and sustainability in keeping with advancing technologies.�The Government is interested in industry�s capability in developing an improved, executable, reliable, maintainable, and available design for the USN and FMS future MK82/MK200 Director/Director Control Systems supporting integrated air and missile defense, as a function of the MK 99 Fire Control System (FCS) within the AEGIS Weapon System, and for industry to identify barriers to their participation in a possible future competitive procurement. The current configuration of the MK82 and MK200 remained largely unchanged since 1990 and 1992, respectively. There are many portions of the Fire Control that are analog, the MK200 backplanes continue to use wire-wrap technologies, and due to obsolescence issues with the Twin Axis Rate Gyro Assembly (TARGA), the system uses refreshed Mechanical Rate Gyros to maintain system operational availability. This request is intended to identify improvements/capabilities that can be achieved by bringing the current MK82/MK200 configuration to the latest technology.� Areas to consider but not limited to include: Modifying the design of MK82 to optimize stealth as it applies to Radar Cross section (RCS) signature. Increasing producibility, repairability, and maintainability of the MK82 and MK200. Identifying any potential technological solutions that can be backfitted for the current fleet. Digitizing the FCS loop from an antiquated analog MK82/MK200 system including, at a minimum, these areas of concern: MK200 Backplane(s) wire-wrap MK200 Electro-Mechanical Relays MK82 Motor Manual Drives (MMD) MK82 Electrical Contact Ring (Slip Ring), including spare I/O The current configuration of the MK82/MK200 system provides the human machine interface to allow operators access to their mission applications and related tactical requirements. This is shipboard tactical equipment, which meets Navy Surface Ship Environmental Qualification Requirements (to include MIL-STD-901D shock, MIL-STD-167 vibration and MIL-STD-461 EMI) for installation aboard US and Foreign Military Sales (FMS) ships. Interested parties may submit a request to view the existing technical data package to the POCs identified below provided they are eligible to view the TDP. To view the TDP, the interested party shall be a United States Department of Defense contractor with an approved DD Form 2345, Military Critical Technical Data Agreement that is on file on the Defense Logistics Agency�s website. Requests for the TDP shall be submitted within 30 days from release of this RFI and shall comply with the distribution statement and TDP instructions at all times. The Government anticipates a majority of the work to be performed at the contractor's site. Interested parties shall address the following in the RFI submission: �a) 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. Identify contracts within the last five (5) years with similar scope to the MK82/MK200 Director/Director Control System requirement and provide brief overview of company responsibilities. Identify classified facility and secured spaces by CAGE code to handle design, production, and system level testing to SECRET and for equipment containing COMSEC as required. If a small business, identify type of small business (e.g. 8(a), Hubzone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned). � b) Required Experience and Performance Capability Engineering Services to define and update a Technical Data Package (TDP) Describe the company's capabilities and experience in providing engineering services for developing and updating TDPs, with specific emphasis on current and future tactical processing in a complex weapon system. The Navy is interested in the company's analytical and documentation process for TDPs. To that end, the company response should address experience with defining, developing and updating: Concept Design Documents Developmental Design Drawings and Associated Lists Product and Line Replaceable Unit (LRU) Drawings and Associated Lists Hardware Engineering Design Documents and Parts List System, Power and Environmental Requirements Interface Specifications and Requirements Interface Control Drawings Cable Block Diagrams Special Inspection Equipment Drawings and Associated Lists Special Tooling Drawings and Associated Lists ILS and Trainsing Documentation Test Methods � �2. Barriers to Competition Please identify any obstacles to competition in the areas of engineering processes, production facilities, test facilities, or scope of work that would hinder or restrict the company's involvement in possible future competitive development efforts. In addition, the company should recommend solutions or mitigation paths for the Navy to overcome the obstacles. NOTE: RFI responses are limited to 20 pages or less, 1 inch margins, and 10 point Times New Roman font or larger. Disclaimer: The Navy is conducting market research to identify qualified and responsible sources that may be interested in the requirements described in this notice. This RFI is issued for informational and planning purposes only and does not constitute a solicitation or request for proposal. This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records law only if properly labeled as such.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ca801db134064e4fab18ab26a1166d56/view)
 
Record
SN06165963-F 20211029/211027230110 (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.