SOURCES SOUGHT
99 -- STANDARD Missile Depot and Intermediate Level Maintenance
- Notice Date
- 1/7/2022 6:48:04 AM
- Notice Type
- Sources Sought
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N0002421R5407
- Response Due
- 1/17/2022 2:00:00 PM
- Archive Date
- 02/07/2022
- Point of Contact
- Eva Hochman, Phone: 2027815229, Maggie Alston, Phone: 2027815155
- E-Mail Address
-
eva.hochman@navy.mil, maggie.alston@navy.mil
(eva.hochman@navy.mil, maggie.alston@navy.mil)
- Description
- Title: STANDARD Missile Depot and Intermediate Level Maintenance This request for information notice is being performed in accordance with FAR Part 10 Market Research. Section 1: Purpose The STANDARD Missile program provides Anti-Air Warfare (AAW) and Anti-Surface Warfare (ASuW) capability to the US Navy and Allied Nations. STANDARD Missile-2 (SM-2) is a solid propellant, tail-controlled surface to air missile. STANDARD Missile-6 (SM-6) leverages the tested legacy of SM-2 propulsion and ordnance with an active seeker. Maintaining the combat readiness of the SM-2 and SM-6 inventory is of the utmost importance to the US Navy. The STANDARD Missile program office employs Depot Level (D-Level) and Intermediate Level (I-Level) maintenance constructs to conduct section level replacements, minor repairs, and missile recertifications at both Government and contractor run facilities. The Navy is interested in feedback from industry describing relevant experience and capability for the proposed Interest Areas and performance capabilities listed in Section 2 �Interest Areas of Experience and Performance Capability� of this request for information notice. � To ensure maximum opportunity for industry response, PEO IWS anticipates that interested parties may only have capabilities in select Interest Areas of this notice.�PEO IWS welcomes partial responses to the Interest Areas noting that company information must be included in the response. Section 2: Interest Areas of Experience and Performance Capability Intermediate and Depot Level Missile Maintenance Labor and Facilities Capability statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications: What type of work has your company performed in the past in support of the same or similar requirements?� Please include descriptions of your capability level, experience with DoD weapons, key personnel operating in a multi-level security construct, etc. What technologies, tools, etc. would your company utilize to meet these requirements? Explain company tooling maintenance and metrology capabilities. Tooling equipment includes Ordnance Handling Equipment (OHE) What safety (ISO Standards), explosive safety and Naval Ordinance Safety Security Activity (NOSSA) certifications does your company have or need to meet these requirements? Specific items of Navy interest include, but are not limited to: Capability to conduct test within test cell and the capability to encan and decan missiles Capability to conduct maintenance Built in Test (BIT) on encanned missiles Capability to conduct missile repairs at the intermediate level Capability to conduct minor missile canister repairs (e.g. minor corrosion, paint defect) Availability of adequate storage for missile section level spares in accordance with OP5. Availability of magazine storage for encanned missiles in accordance with OP5. Availability of transportation facilities to receive/ship encanned missiles and spares Address availability of a certified class yard which allows for the ability to move missiles on/off facility.� After hours certified truck holding yard. Ability to meet physical security requirements 24/7. Blocking and bracing capability. Experience and/or Capability to interface to Fleet Ordnance Information System (OIS) Experience and/or Capability- production build instructions such as Special Processing Instructions (SPI) or technical manuals. Experience and/or Capability with Failure Reporting Systems Provide notional production throughput capacity for SM-2 and 6 and address the following supporting information: How many recertifications can be completed in one month? Net explosive weight capacity. Physical security capability. Provide facility square footage, to include space utilization for storage and location. Section 3: Responses Interested parties shall address the following in the request for information submission: Company Information Provide company name, address, DUNS number, CAGE code, facility clearance level, 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 three (3) completed company fiscal years. Identify contracts within the last five (5) years with similar scope and provide brief overview of company responsibilities. 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). Compliant with Defense Information Systems Agency Security Technical Implementation Guides Facility Security requirement is SECRET. Note: Responses to this request for information shall be limited to a total of 12 pages, 1 inch margins, single-sided, 10 point Times New Roman font or larger. Figures/Graphs/Tables can be included within the page limit with 8 point font or larger text.�Based on the Interest Areas, Industry may require a facility security clearance level up to SECRET. Responses to this request for information notice are UNCLASSIFIED and should not include any information or data that can be classified as SECRET.� The Navy is conducting market research to identify qualified and responsible sources that may be interested in the requirements described in this notice.�This request for information notice is issued for market research purposes only and does not constitute a solicitation or a Request for Quote (RFQ).�This request for information notice 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 request for information notice 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 will be protected from disclosure under the public records law only if properly labeled as such. Marking � �PROPRIETARY INFORMATION (PI) MARKING. Vendor PI must be clearly marked. Please be advised that all submissions become Government property and will not be returned. Interested companies should provide a response on or before the date and time listed in the Request for information posting on www.SAM.gov.�The submission should include one electronic (virus scanned) copy sent via e-mail to eva.a.hochman.civ@us.navy.mil. Please include the Request for information Title in the subject of the e-mail. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the point of contact listed in this notice. Integrated Warfare System (IWS)/ Support Contractors. PEO IWS support contractors will review and evaluate vendor white papers submitted in response to this RFI: Axient; Booz Allen Hamilton; Pioneer Engineering. Proprietary Information submitted in response this RFI will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as �the Act�) as implemented in the FAR. These companies are bound contractually by Organizational Conflict of Interest (OCI) and non-disclosure clauses with respect to proprietary information. Support contractor personnel are procurement officials within the meaning of the Act and will take all necessary action to preclude unauthorized use or disclosure of vendor�s proprietary data. Please acknowledge, in your response, your understanding and acceptance of support contractor personnel having access to the information you are submitting. INDUSTRY DISCUSSIONS. Government representatives may or may not choose to meet with respondents. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. QUESTIONS. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Eva.a.Hochman.civ@us.navy.mil and Contract Specialist, Maggie.c.Alston.civ@us.navy.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information unless communicated via classified e-mail on SIPRNet. The Government does not guarantee that questions received after January 17, 2022 at 5pm will be answered.� When submitting questions, include the following in the subject line of your email: �RFI N00024-22-R-5407 Questions.� Requestor may post questions and answers to the www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/947a9c4a5b6a4557919dc7ea7b8be564/view)
- Record
- SN06212399-F 20220109/220110105810 (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 |