Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

19 -- Extra Large Unmanned Undersea Vehicle (XLUUV) Lead Yard Services Contract (LYSC)

Notice Date
6/27/2023 10:44:01 AM
 
Notice Type
Sources Sought
 
NAICS
336612 — Boat Building
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-23-R-6304
 
Response Due
7/27/2023 9:00:00 AM
 
Archive Date
08/11/2023
 
Point of Contact
Ethan Breitenbach, Eric Dieges
 
E-Mail Address
ethan.g.breitenbach.civ@us.navy.mil, eric.dieges.civ@us.navy.mil
(ethan.g.breitenbach.civ@us.navy.mil, eric.dieges.civ@us.navy.mil)
 
Description
INTRODUCTION This Request For Information (RFI) is issued by the Department of the Navy, Naval Sea Systems Command, Program �Executive Office Unmanned and Small Combatants, Unmanned Maritime System Office (PMS 406).� The Government is seeking initial and follow-on support services to bridge the gap between the delivery of the XLUUV Systems and the Transition of Contractor Support to Government Organic Support, through Engineering Services, Support Services, Supply Support, and Training Support, as required.� The support services for this anticipated effort are expected to support assemblies, subassemblies, components, and repair parts for end-item systems and equipment.? PMS 406 is considering a supply contract that contains a substantial amount of non-performance maintenance and engineering services, which encompasses all efforts necessary to support the following goal of the XLUUV Lead Yard Services Contract (LYSC) acquisition program:� Transition to organic sustainment of the XLUUV Test Asset Element (XLE0) and XLUUV Elements (XLE) 1 through 5, and any associated support equipment under Fleet Responsibility. To meet this goal, the Government expects that industry will perform all related Repair Services, Training Support, Engineering Support and Supply Support, leading to the transition to Navy Organic Support. To support a quick transition, the Government desires Government Purpose Rights (GPR), or better, for any new technical manuals, training materials, maintenance documentation, components, developed processes or creation of data.� The Government is requesting Industry�s feedback in consideration of the XLUUV LYSC program goal to transition to organic sustainment of the XLE0 and XLEs 1 through 5 under Fleet Responsibility. REQUEST FOR INFORMATION The complete RFI posting contains controlled technical data that cannot be posted to the Government Point of Entry.� Respondents should contact the listed NAVSEA points of contact via e-mail for questions and additional information marked as Distribution D (i.e., distribution authorized to Department of Defense and U.S. DoD contractors only).� This email shall include, at a minimum, the following: SUBJECT LINE:� XLUUV LYSC RFI Request to Refererence Documents - (insert name of company); Company name, address, and ZIP code; Company cage code; Cognizant Defense Security Service (DSS) Security Office name, address, and Zip code; Company Website; Two points of contact with name, title, phone number, and e-mail address; and A completed Terms of Use Agreement, which is included as an attachment to this RFI. INSTRUCTIONS All responses should be UNCLASSIFIED.� �NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE. Requested format for submissions are a white paper similar narrative (company�s format) and optional SysML model (limited to containing populated versions of provided templates only using company�s style guide).� Document-based portions of submissions shall be type-written for clarity in Microsoft Word or searchable Adobe Acrobat Portable Document Format (PDF) and no more than six (six) pages.� Preferred model-based portions of the submissions shall be submitted in native Cameo Systems Modeler/NoMagic format (.mdzip) or respondent�s format choice. � If the Cameo Systems Modeler/NoMagic format (.mdzip) is utilized, respondents are instructed to submit via the DoD SAFE application located at https://safe.apps.mil. Companies shall notify the Primary and Secondary points of contact noted on this RFI no later than three business days prior to the RFI Response deadline. The Company shall provide their name and e-mail as contact information so the Government can generate a pick-up request from the DoD SAFE application to be sent to the Company, which is valid for 14 calendar days. Respondents shall address their package with the RFI number and Company name. Respondents shall click the �Confirm Delivery� button within the DoD SAFE app in order to receive a confirmation of pick up by the Government. The DoD SAFE system records the time that files are submitted for transmission. Respondents are responsible for ensuring that they drop-off their response and generate a drop-off time prior to the RFI Response date and time. In the event of a dispute of time submission, the pick-up e-mail with the system generated drop off time within the body of the e-mail shall serve as the official time that the RFI was submitted to the Government. Companies are encouraged to submit prior to the closing date. Inclusion of a delivery receipt with an email submission will be the only indication of successful receipt of RFI Response. File size is limited to 12MB per email and companies are solely responsible for ensuring their email size does not exceed the 12MB limitation.� Modifications, amendments, or withdrawal of RFI Response should be made to the above email addresses.�� Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Respondents shall mark any data included in its submissions that they do not want disclosed to the public for any purpose.� This RFI response feedback, questions and/or comments are due via email no later than 30 calendar days from receipt of the GFI to the points of contact. DISCLAIMER AND IMPORTANT NOTES: Respondents are advised that Booz Allen Hamilton and Johns Hopkins University Applied Physics Laboratory (�the contractors�) may assist the Government in its review of responses received under this notice. Respondents shall provide notification on its cover page if the respondent does not consent to the disclosure of materials submitted in response to this notice to the aforementioned contractors. Unless otherwise noted on the cover page by the respondent, submitting materials in response to this notice constitutes consent that the Government may disclose such materials to the aforementioned contractors, and that the aforementioned contractors may access such materials, for the purposes of reviewing the materials in support of Government requirements. This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation; it does not constitute a solicitation or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever.� Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals.� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The technical data provided for this RFI is preliminary and does not reflect approved Government specifications. The Government will not reimburse the cost of any submission or other expense in response to this RFI � the entire cost of any submission or other expense will be at the sole expense of the source submitting the information.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of a future solicitation. Failure to respond to this RFI does not preclude participation in any future solicitation, if any is issued.� If a solicitation is issued, it will be synopsized on the System for Award Management (SAM) website at https://www.sam.gov.� The information provided in this RFI is subject to change and is not binding on the Government.� It is the responsibility of potential respondents to monitor these sites for additional information pertaining to this requirement.� The information requested by this RFI will be used within the U.S. Navy to facilitate decision making and may be used in the development of the acquisition strategy and any future RFPs.� The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any information provided by industry to the Government as a result of this RFI is voluntary. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Respondents shall mark any data included in its submissions that they do not want disclosed to the public for any purpose.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0a7b428a086d4b21b6e7be203636e48c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06730172-F 20230629/230627230049 (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.