SOURCES SOUGHT
12 -- SPY-1 Radar Sustainment
- Notice Date
- 7/11/2023 4:10:50 PM
- 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
- N00024-23-RFI-SPY1S
- Response Due
- 8/31/2023 9:00:00 AM
- Archive Date
- 09/15/2023
- Point of Contact
- Michael Peduto, Phone: 2027812372, Kathleen Dwyer, Phone: 2027810654
- E-Mail Address
-
michael.p.peduto2.civ@us.navy.mil, kathleen.t.dwyer.civ@us.navy.mil
(michael.p.peduto2.civ@us.navy.mil, kathleen.t.dwyer.civ@us.navy.mil)
- Description
- This is a Request for Information (RFI) as defined in FAR 15.201(e). The Department of the Navy, Program Executive Office Integrated Warfare Systems (PEO IWS) is exploring future concepts and paths for Fleet sustainment of the SPY-1 radar system through its end-of-life. The Navy is seeking to identify potential sources that possess the capability in providing AEGIS sustainment capabilities, as well as a Depot establishment.� As part of this RFI, the Government is requesting information regarding industry�s capabilities and related experience for sustaining the Navy�s AN/SPY-1 radar system. Interested parties shall address the following in the RFI submission: Cover Page - Company Information Notice Number Vendor/Company Name Vendor Mailing Address and Physical Address (if different) Name of the Point of Contact Email Address Phone Number Vendor DUNS Number, CAGE Code, and Facility Clearance Level Business Size Status (based on NAICS code for this notice) Requirement Areas Relevant Contract History Identify contracts or subcontracts within the last five (5) years with similar scope and provide a brief overview of company responsibilities. Recommended Contract Structure: Interested sources should provide recommended approaches to handling program management costs, contract length, and contract types such as Level of Effort (LOE), Firm Fixed Price (FFP) for Capacity-Based Test Teams, or other techniques to establish and execute a Depot�� Recommended Approach to the following areas: Addressing concerns with fixed phased array radars, focusing on SPY-1 modernization and/or replacement plans to support SPY-1 Diminishing Manufacturing Sources (DMS) and Sustainment issues SPY-1 Depot establishment and advantages/disadvantages pertaining to whether the Depot is vendor owned and operated, a government/industry partnership, government owned and operated, or any other potential government and/or industry partnership Harvesting, warehousing, and replacement part management/distribution of decommissioning assets such as CG 47 Class Cruisers to support SPY-1 sustainment efforts Logistics management and engineering for SPY-1 system Diminishing Manufacturing Source (DMS) challenges, existing Performance Based Logistics (PBL) contracts, and developing plans for future provisioned and non-provisioned part repair and/or replacement. Identifying further potential solutions to sustain SPY-1 radar system through end-of-life . Identifying obstacles to depot competition in the areas of engineering processes, production facilities, insufficient or missing data within the TDPs, test facilities, or scope of work that would hinder or restrict your company's involvement in a future competitive procurement. In addition, the company should recommend solutions or mitigation paths for the Navy to overcome the obstacles.� Discussing potential financial investment, internal practices, or government furnished information/equipment/material (GFI/GFE/GFM) concerns it would have that could be a potential barrier to entry The Government is also seeking feedback from industry on whether an industry day or one-on-sessions would be beneficial.�� Specifically, what would interested parties like to gain from an industry day or one-on-one sessions with the Government as well as any desired format for any potential event. Responses to this Request for Information notice shall be UNCLASSIFIED and shall not exceed twenty (20) pages in length, Responses shall be in Times New Roman, 10-pt font, with 1 inch margins, and submitted in Microsoft Word 2010 or searchable Adobe Portable Document Format (PDF). Each submission shall be electronic (virus-scanned) and submitted via email to the Government Points of Contact listed below. This RFI is issued for informational and planning purposes only and is not to be construed as a commitment by the Government to issue a solicitation or to 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. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to meet the requirement. Any information submitted by respondents is strictly voluntary. Respondents should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure only if properly labeled as such. The Government may choose not to respond to specific questions or comments submitted in response to this RFI notice or information provided as a result of this RFI. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy and future solicitation. If a solicitation is issued, it will be announced separately on sam.gov and all interested parties must respond to that solicitation separately from the response to this RFI. Submission of a response to this notice does not constitute a request to be added to a bidders list or to receive a copy of a solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cc71c58230354690a85c4b08418366d0/view)
- Record
- SN06744730-F 20230713/230711230057 (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 |