Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 07, 2023 SAM #7801
SPECIAL NOTICE

58 -- Evaluate, Repair, or Replace, and Test the Five (5) SPY-6(V) Line Replaceable Units (LRU) Assemblies

Notice Date
4/5/2023 3:35:43 PM
 
Notice Type
Special Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016423SNB57
 
Response Due
4/20/2023 2:00:00 PM
 
Point of Contact
Jolynn Slaven
 
E-Mail Address
Jolynn.s.slaven.civ@us.navy.mil
(Jolynn.s.slaven.civ@us.navy.mil)
 
Description
N0016423SNB57 - Evaluate, Repair, or Replace, and Test the Five (5) SPY-6(V) Line Replaceable Units (LRU) Assemblies SECTION 1: SYNOPSIS This is a Request for Information (RFI) issued by the Department of the Navy, Naval Surface Warfare Center, Crane Division (NSWC Crane), on behalf of the AN/SPY-6 Program. The Government is conducting market research seeking industry inputs and interest for the procurement of evaluation, repairs, engineering, and technical support. This support encompasses engineering analysis and recommendations for the technical refurbishment and lifecycle support for SPY-6(V) Family of Radar (FoR) Systems, subsystems, and components. Radar Technologies Division (RTD), NSWC Crane, is the Product Support Integrator (PSI) and Depot Source of Repair for AN/SPY-6(V) Line Replaceable Units (LRUs) that are present in each system variant.� As the PSI, RTD will need engineering and technical services for a variety of functions, such as depot support, engineering investigations, obsolescence mitigation, and hosting reoccurring meetings.� As the Depot, RTD requires depot maintenance to help gaps in organic capability and capacity constraints.� RTD will also require A-condition assets, as well as supplies of materials that will be consumed within the depot repair process. The basis for the support is contained in the technical specifications listed in Section 3. NSWC Crane�s intent of the RFI is to determine the best contracting strategy for this tasking and support to be awarded in FY24-FY26, based off industry�s availability to be ready to execute the demand. 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 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 via e-mail to the Contract Specialist and Contracting Officer�s email addresses.� Verbal questions will not be accepted.� Questions shall not contain classified information. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . When requesting access to the controlled attachments to this RFI, include your company�s CAGE code in the request. SECTION 3: REQUIREMENTS OVERVIEW A brief overview of the AN/SPY-6(V) tasking requirements are provided as follows: The Contractor shall furnish all labor and materials to evaluate, perform repair, or replace, and test the five (5) SPY-6(V) LRU Assemblies in accordance with performance specifications: Transmit/Receive Integrated Microwave Module (T/RIMM) Dual Channel Converter (DCC) Auxiliary Power Controller Card (APCC) Multi-Band Frequency Synthesizer (MBFS) 28 Volt Power Supply The Contractor shall provide engineering services to enable engineering investigations, redesign efforts, support equipment design, configuration management, and failure analysis, as required, throughout the lifecycle of the five (5) Assemblies. All repairs include the disassembly, cleaning, replacement of Maintenance Significant Items (MSIs), reassembly, and final testing, packaging, and shipping.� SECTION 4: SUBMISSION OF RESPONSES Responses to this RFI should be submitted by 20 April 2023 17:00 EST via e-mail to Jolynn Slaven, Contract Specialist at Jolynn.s.slaven.civ@us.navy.mil, and copy Scott McLelland, scott.l.mclelland.civ@us.navy.mil, Andrew McMillin, andrew.h.mcmillin.civ@us.navy.mil and Makayla Wagler, Makayla.s.wagler.civ@us.navy.mil . SECTION 4.1: CONTENT Companies responding to this RFI should provide a response not to exceed ten (10) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested.� Responses should indicate sufficient detail for assessment of potential design architecture, strategies and company interest; 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. Based on the TDP provided, please provide the following information: Does your company have the capability to produce and repair the listed LRUs? If so, please specify in detail the processes your company would use to produce or repair the LRUs. Does your company have the capability and knowledge to ensure that the LRUs described are successfully integrated into the SPY-6 system?� What data or certification would be required to ensure successful integration? In addition, what would you estimate the cost and timeframe to be to obtain any data or certifications needed? 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: 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 Scott McLelland, scott.l.mclelland.civ@us.navy.mil, ��with a copy to the Contract Specialist, Jolynn Slaven at jolynn.s.slaven.civ@us.navy.mil. SECTION 4.3: FORMATTING NSWC Crane 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/152ef6f2babc446199eb9c27d5fd8b6b/view)
 
Record
SN06640523-F 20230407/230405230102 (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.