Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2023 SAM #7919
SOLICITATION NOTICE

66 -- Navigation Systems Engineering Agent (NSEA)

Notice Date
8/1/2023 3:47:14 AM
 
Notice Type
Presolicitation
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-23-R-5210(A)
 
Response Due
9/15/2023 8:59:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Dave Hudson, Phone: 2027810713, Janel Duval, Phone: 202-781-2850
 
E-Mail Address
david.l.hudson66.civ@us.navy.mil, janel.m.duval.civ@us.navy.mil
(david.l.hudson66.civ@us.navy.mil, janel.m.duval.civ@us.navy.mil)
 
Description
8/1/23-The purpose of this update is to replace the Word file attachments of the N00024-23-R-5210 Terms of Use Agreement and PEOIWS6_Info_Cntr_Account_Request_NSEA RFP with PDF file attachments. This is a follow-up notice to Notice ID N00024-23-R-5210. The Naval Sea Systems Command (NAVSEA) intends to issue a competitive solicitation for Navigation System Engineering Agent (NSEA) Production and Integration to support the PEO IWS 6.0 Navigation Program. The contemplated contract includes Navigation System Production requirements for the United States Navy and Foreign Military Sales customers, for the manufacture, assembly, test, integration, and repair of PEO IWS 6-managed Navigation Systems as well as the production of spares, Installation and Check-Out (INCO) kits, and ancillary equipment, and provision of associated engineering services. The purpose of this contract is to support the production, repair, engineering, design, development, and integration efforts for the Navigation System of Systems (NAV SoS) which collectively includes but is not limited to the following components: AN/WSN-12 Navigation Processor Module (NPM), Navy Electronic Charting Display Information System (Navy ECDIS) software and hardware, Situational Awareness Boundary Enforcement & Response � Navigation ((SABER-NAV) (the Navigation Cybersecurity Enclave)), and Time Frequency Distribution System � Replacement (TFDS-R). The contemplated contract will transition the NAV SoS to a Navigation as a Service (NaaS) requirement. NAVSEA will issue the formal solicitation associated with this notice electronically via the SAM.gov website. Prior to the issuance of the formal solicitation for this procurement, NAVSEA invites industry to review the attached updated draft portions of Sections B, and C which take into consideration questions and comments from the initial draft Sections B and C posted in November 2022. Additionally, NAVSEA is offering Industry the opportunity to access a Bidder�s Library containing technical data, inclusive of a Government-owned NSEA System Production technical data package (TDP), to promote a clearer understanding of the NSEA program and the solicitation requirements. Questions and responses on the initial draft Sections B and C/Bidder�s Library Content will also be available in the Bidder�s Library. Instructions to interested parties: NAVSEA welcomes firms with an interest in accessing this Bidder�s Library to submit a request via email to david.l.hudson66.civ@us.navy.mil and janel.m.duval.civ@us.navy.mil. Please reference �[COMPANY NAME] Request for Bidders Library N00024-23-R-5210 NSEA Procurement� in the subject line of the message. Interested parties should provide company profile to include the following: Company Name Company Address Point of Contact E-mail Address Web site address Telephone Number Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) Number of employees CAGE Code Unique Entity Identifier (UEI) Interested parties must be an authorized DoD contractor to request access to the Bidder�s Library. To be an authorized contractor, the contractor shall be a United States Department of Defense contractor with an approved DD Form 2345, Military Critical Technical Data Agreement, approved and on file at the Defense Logistics Agency�s Joint Certification Program website. Authorized contractors shall fill out and submit a signed copy of the Terms of Use Agreement TOUA and Non-Disclosure Agreement (NDA) to request access to the Bidders Library from the point of contacts identified above, and shall comply with the distribution statement and TDP instructions at all times. Upon receipt of a signed TOUA and NDA in response to this notice, the Government will validate that the submitter meets the minimum security requirements. Only firms that have requested and submitted an executed TOUA and NDA agreement to the Government may gain access to the Bidder�s Library. Companies that were previously provided access to the Bidder�s Library will need to follow the instructions outlined above and will be required to resubmit a TOUA, NDA and any other requested documentation. Companies are requested to limit the number of personnel accessing the Bidder�s Library to not more than two (2) company personnel. The Government anticipates holding an Industry Day in the mid-to-late August timeframe. Please continue to check SAM.gov for any updates. As the documents posted in the Bidder�s Library are currently in a draft status, the content of the final solicitation is subject to change without notice. NAVSEA anticipates awarding a single contract containing fixed price and cost-reimbursement line items to the responsible offer or whose proposal is determined to offer the best value to the Government. The contemplated contract will consist of a base quantity of NSEA System Production first article requirements and stepladder-priced options for additional units over five (5) years. DISCLOSURE: This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not reimburse direct costs for any information or administrative costs incurred in response to this RFI. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, 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. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. This notice is associated with RFI N00024-22-R-5210 that was posted March 30, 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b505c70a91e4437b3bf26d81d4ba555/view)
 
Record
SN06772263-F 20230803/230801230057 (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.