SOURCES SOUGHT
35 -- AN/SQQ-89 Surface Ship Combat System Production
- Notice Date
- 6/8/2022 6:42:15 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
- N0002423R5202
- Response Due
- 6/22/2022 1:00:00 PM
- Point of Contact
- Stephanie Little, Shannon Vineyard, Phone: 2027810429
- E-Mail Address
-
stephanie.little@navy.mil, shannon.l.vineyard.civ@us.navy.mil
(stephanie.little@navy.mil, shannon.l.vineyard.civ@us.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). It is a follow up to Notice ID N0002422R5202 originally published on 02 June 2021. The Government is conducting market research seeking industry inputs and interest for systems engineering, hardware design and integration (including integration of Government Furnished Property (GFP), as applicable), production, program management, logistics, configuration management, and installation support for the AN/SQQ-89 Surface Ship Combat System. The Government intends to release a draft Request for Proposal (RFP) for full and open competition in the near future to gather Industry feedback on the Government�s approach to the solicitation.� The AN/SQQ-89 is the existing Surface Ship Combat System for DDG-51, CG-47, and FFG-62 platforms. This procurement addresses the need for continued production of AN/SQQ-89 systems in support of those platforms (new construction and retrofits) as well as potential Foreign Military Sales (FMS) programs. Additionally, land-based systems for development and software certifications are also procured. The Government is currently producing AN/SQQ-89 systems under a configuration denominated Technical Insertion 20 (TI-20), which is built to a Level 3 Technical Data Package (TDP). The follow-on configuration has been denominated Hypervisor Technology 0 (HT0). This follow-on configuration is the focus of this RFI. HT0 is being built to a Level 3 TDP, which recently completed its first iteration. Both TDPs are available upon request to companies with a manufacturing CAGE code. An update to the TDP is expected to be required to address obsolescence. Three main differences between TI-20 and HT0 are the addition of organic Infrastructure as a Service (IaaS), the addition of an out-of-band management network, and a Build-in-Place (BIP) philosophy. The Environmental and Product Quality Specification (EPQS) is provided as part of the RFI. The EPQS establishes a baseline of design, environmental, quality, and test requirements for AN/SQQ-89 equipment intended for shipboard use. The integrated AN/SQQ89 system delivered to the Government, upon which the GFP tactical and supporting software (i.e. Advance Capability Build) will be deployed, must have an active IaaS layer. It is probable that an IaaS solution and its necessary hardware will be supplied as Government Furnished Equipment (GFE) for integration with the rest of the system. An out-of-band management network will be used to maintain, manage and configure the server components of the system to support installation, power control and other out-of-band management functions. The BIP philosophy is in place to avoid unnecessary removal of AN/SQQ-89 cabinets and subassemblies when conducting a technology refresh. To the maximum extent possible, hardware that is still sustainable and provides the required capacity and capability will be kept in place during an upgrade. Reclaimed components may also be supplied as GFE to the contractor for future system deliveries. The contractor will supply modification kits (modkits) to perform the necessary upgrades. Ancillary services required in support of production include, but may not be limited to, development and design engineering services for upgrades to the HT0 functional and product baselines, obsolescence management, and qualifications of new components and assemblies. The contractor will be responsible for any required updates to existing technical data required for continuing production. Other PEO IWS 5.0 managed systems not under consideration in this RFI are the Torpedo Setting Panel (Unit 539), the Handling & Stowage Group (OK-410(V)3/4), and the Multifunction Towed Array (TB-37/A). 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 comments and 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 SAM.gov and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor SAM.gov 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 1. Attachment 1 shall be submitted via email to the Contract Specialist and Contracting Officer�s email addresses by 22 June 2022 16:00 EST. Verbal questions will not be accepted. Questions shall not contain classified information. SECTION 3: REQUIREMENTS OVERVIEW The Navy issues this Request for Information to help determine the interest, technical capability, and qualifications of industry to meet the Government's needs to produce components of the AN/SQQ-89 Surface Ship Combat System. 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: Company Qualifications and Experience: Describe your capabilities, capacity and experience with producing and integrating complex networked software systems from independent developers using Open Systems Architecture (OSA) concepts on commercial-off-the-shelf hardware and delivery to System Integrators for System and Systems of Systems Level testing and production delivery. Describe your experiences producing equipment to Military Specifications and ruggedized enclosures, cabinets, and components. Describe your experience working directly with Government organizations and Integrators using Government and contractor facilities (including test equipment) for Subsystem and System Level Tests. Describe your experience and approach for developing a comprehensive Test and Evaluation program. Describe your ability to conduct classified electronic communications with the Government and other industry partners. Describe your experience in developing Level 3 TDPs for integrated systems production and life cycle support, and qualifying it. Describe your experience developing and deploying IaaS architectures in commercial or Government related systems. Describe your experience delivering modification kits for a similar system to perform system alterations. Describe your ability to protect Critical Program Information. Technical Approach: Provide your overall technical approach to plan, procure, manufacture, assemble, integrate, test, and evaluate systems in accordance with the HT0 drawings and EPQS. Describe your ability and experience in the design, development and integration of commercial hardware assemblies within electronic enclosures, and testing enclosures for compliance to MIL-STD shipboard requirements for Shock, Vibration, EMI, Temperature, Altitude, Humidity, Airborne Noise, Structure-borne Noise, Power Quality and Safety. Identify the critical corporate capabilities and certifications necessary to deliver military systems. Examples of capabilities and certifications include quality processes, Failure Analysis and Corrective Actions, Problem Trouble Report database, and Configuration Management process. Describe innovative methods for reducing cost and optimizing schedule. Describe your approach to implementing, managing and maintaining DoD cyber security requirements for DoD systems. Describe your experience performing Failure Modes, Effects and Criticality Analysis (FMECA), Fault Tree Analysis (FTA), Level of Repair Analysis (LORA), Reliability Centered Maintenance (RCM) Analysis, and other ILS products. Describe your approach to integration of third party vendor infrastructure services, enclosures, and network, processing and storage (NPS) components. Third party vendor includes services and components provided as Government Furnished Equipment. Describe your approach for developing a comprehensive First Article Test (FAT) and Evaluation program. Given software development is not under scope, describe how applicable tactical software (Government furnished) will be used as part of the FAT and Evaluation. Describe your risk management approach for execution of contract deliverables as related to cost, performance and schedule. What is your suggested most comprehensive and cost effective Contract Data Requirements List (CDRL) needed for this requirement? Cost & Schedule: For the technical approach outlined in section II above, provide the approach to estimate associated costs and schedule. For the technical approach outlined in section II above, provide an estimate of production lead-time and cadence (e.g., X per month starting at Y months after award). Data Rights: For the technical approach outlined in section II above, provide details on any limitations of technical data rights, specifically proprietary information, that would not be shared with the US Government. Other: In support of a potential draft RFP, please provide recommendations and reasoning on: Pricing arrangements (e.g., Cost Plus Fixed Fee, Cost Plus Incentive Fee, Fixed Price Incentive Firm Target, etc) for engineering services and production scopes. Contract Line Item Number (CLIN) structure that permits a logical and flexible breakouts of ordering and delivery of such a complex system that spans multiple platforms and different configurations within platforms. The Government will consider all comments received on the Government Furnished Information.� The Government does not commit to providing a response to any comment.� The subsequent revision to any specification based on comments received remains solely at the Government's discretion. Comments are not included as part of the page count noted in SUBMITTAL INSTRUCTIONS.� SECTION 4: SUBMISSION OF RESPONSES Responses to this RFI should be submitted by 22 June 2022 16:00 EST via e-mail to Stephanie Little, Contract Specialist, stephanie.m.little6.civ@us.navy.mil, with a copy to the Contracting Officer, Shannon Vineyard, shannon.l.vineyard.civ@us.navy.mil. SECTION 4.1: CONTENT Responses under this RFI should be unclassified. Responses should be in PDF or MS Word format and emailed to Stephanie Little, Contract Specialist, stephanie.m.little6.civ@us.navy.mil, with a copy to the Contracting Officer, Shannon Vineyard, shannon.l.vineyard.civ@us.navy.mil. The subject line of the email should read as follows: �Response AN/SQQ-89 Surface Ship Combat System RFI Response � N00024-23-R-5202� SECTION 4.2: FORMATTING Respondents to this RFI must adhere to the following details: 1. Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. 2. Submissions shall not exceed fifteen (15) pages. Product specification, sketches, or listings of authorized distributors do not count toward the page limitation. 3. 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. 4. Included files should be created/prepared using Microsoft Office 2016 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2016 should be submitted in Adobe Acrobat format. 5. 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 To obtain the GFI, interested companies shall provide a completed copy of the DD Form 254 and a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement, verifying eligibility and authority to receive export-controlled information. These forms shall be submitted via email to Stephanie Little, Contract Specialist, stephanie.m.little6.civ@us.navy.mil, with a copy to the Contracting Officer, Shannon Vineyard, shannon.l.vineyard.civ@us.navy.mil. The Government will verify the DD Form 254 and DD Form 2345 submission. Upon successful verification, the Government will provide a copy of a Terms of Use Agreement (TOUA) that must be signed by an authorized representative of the interested company and returned to the Government. Upon receipt of a duly executed TOUA, the Government will provide via email to the designated company representative a secure DoD Secure Access File Exchange (SAFE) download link for the GFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/55f6db51720f46779490192fd612dbc2/view)
- Record
- SN06352131-F 20220610/220608230124 (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 |