SOURCES SOUGHT
A -- AN/UYQ-100 Hardware and Software Development/Production
- Notice Date
- 9/7/2023 9:11:58 AM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N0002423R5211
- Response Due
- 9/27/2023 2:00:00 PM
- Archive Date
- 10/12/2023
- Point of Contact
- Stephanie Little, Phone: 2027811370, Samantha Williams, Phone: 2027810884
- E-Mail Address
-
stephanie.m.little6.civ@us.navy.mil, samantha.j.williams67.civ@us.navy.mil
(stephanie.m.little6.civ@us.navy.mil, samantha.j.williams67.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 (PEO IWS 5.0). The Government is conducting market research seeking industry input and interest for potential systems engineering, software development, program management, logistics and supportability engineering, configuration management, hardware and software integration (including integration of Government Furnished Property (GFP), as applicable), test, evaluation, and installation support of Undersea Warfare (USW) systems, including the AN/UYQ-100 Undersea Warfare Decision Support System (USW DSS), with provisions included to support other USW systems and components. PEO IWS 5.0 executes the acquisition and total life cycle system support responsibility for the Navy�s Surface Ship USW programs. USW DSS provides the USW decision-maker an increase in overall Situational Awareness (SA) of the undersea battlespace by providing the ability to monitor all aspects of the USW picture in a near-real-time, networked environment. USW DSS reduces the workload for USW mission planning. Additionally, USW DSS allows for re-planning as required to factor in various threats, different assets, and a constantly changing environment. These plans can now be easily shared amongst all connected units, thereby simplifying coordination. The AN/UYQ-100 is on a continuous semiannual upgrade cycle and provides an integrated near-real-time net-centric USW Command and Control (C2) capability across multiple platforms including ashore USW operation centers. USW DSS leverages existing communication links networks, contact pictures, and multi-platform sensor data providing an integrated capability to plan, conduct, and coordinate USW operations. USW DSS provides a critical capability for the Sea Combat Commander (SCC), Theater USW Commander (TUSWC), and Anti-Submarine Warfare Commander (ASWC). In doing so, USW DSS contributes to increased lethality and survivability through improved asset allocation, optimized sensor and asset placement, and consistent situational awareness. Under the USW DSS program, development of a multi-discipline and multi-sensor integrated display with an interoperability infrastructure on a commercial hardware and cloud services will allow Infrastructure as a Service (IaaS), Platform as a Service (PaaS), and data exchange schemes to work together without costly software code modifications and demonstrate the integration and dissemination of data across multiple platforms. 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 the System for Award Management (SAM) and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor FBO 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 13 September 2023. Verbal questions will not be accepted or answered. 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 perform systems engineering, software development, program management, logistics and supportability engineering, configuration management, hardware and software integration (including integration of Government Furnished Property (GFP), as applicable, test, evaluation, and installation support of USW systems, including the AN/UYQ-100 systems, with provisions included to support other USW systems and components. 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 business 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 and experience working in a collaborative, peer-review environment with Navy Laboratories, academia, and other industry partners to integrate capabilities and enhancements from different third-party developers into an undersea warfare system, or other comparable warfare system. Describe your experience working directly with government organizations and integrators using government and contractor facilities (including test equipment) for System Integration Tests (SITs). Identify government contracts within the last five (5) years with similar scope and provide a brief overview of company responsibilities and magnitude of its role. Describe your capabilities and experience in the development and integration of complex, networked data processing, to include integration with external systems. Describe your capabilities and experience in modern, secure development and acquisition operations enabling process efficiencies supporting continuous software development, testing, training/proficiency, deployment, and sustainment. Describe how your facilities and infrastructure allow for the handling of classified and Controlled Unclassified Information (CUI), to include software development and testing.� Describe your ability to perform distributed system testing via multiple classified connections for remote data sharing and testing with other government and contractor facilities. Describe your ability to conduct classified electronic communications with the Government and other industry partners, including the ability to gain approval and operate COMSEC equipment. Describe your experience in developing Level 3 Technical Data Packages (TDP) for integrated systems production and life cycle support. Describe your ability to protect critical program information. Technical Approach Describe your approach for the efficient continuous integration, deployment and test of system improvements and capabilities from third-party developers in an open architecture approach without compromising a third-party developer�s intellectual property rights. Describe your approach for developing a comprehensive and agile Test and Evaluation program to include integration testing with USW DSS and supporting systems; integrated USW capability evaluation; USW scenario testing with Fleet operators; and Navy Cybersecurity Red Team events. Describe your experience with Navy processes and certifications necessary to deliver the AN/UYQ-100, including Element/Program Software certification, Cyber certification, Integrated Logistics Support certification, and Warfare certification. Describe innovative methods and technologies for increasing speed, frequency, and maturity of AN/UYQ-100 capability to the Fleet while maintaining supportability and warfighter utility. Describe your approach for software automation in development test, and production delivery to the Fleet that results in no or minimal operational downtime. Describe your approach for implementing cybersecurity principles into a software factory pipeline.� This includes pushing critical new technical mitigation or improvements as new cyber risks are identified. Describe your approach for maintaining a cost-effective baseline, which supports a production inventory with multiple baseline versions and different IaaS/PaaS. Describe your experience with Performance Based Logistics (PBL) Business Case Analyses (BCA) as part of the system engineering that address Integrated Logistics Support (ILS) elements such as supply support, technical manuals, and training and alternatives for fulfilling associated requirements. 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. Data Rights: For the technical approach outlined in Section II above, provide details on any limitations of technical data rights, specifically proprietary information. SECTION 4: SUBMISSION OF RESPONSES Responses under this RFI should be unclassified. Responses should be in PDF or MS Word format and emailed to the Contract Specialist, Stephanie Little, stephanie.m.little6.civ@us.navy.mil, with a copy to the Contracting Officer, Samantha Williams, samantha.j.williams67.civ@us.navy.mil. The subject line of the email should read as follows: �AN/UYQ-100 Undersea Warfare Decision Support System RFI Response.� Respondents to this RFI must adhere to the following details: Submissions shall be single spaced, typed in Times New Roman font with type no smaller than 12-point font. Submissions shall not exceed fifteen (15) single-sided pages. Product specification, sketches, or listings of authorized distributors do not count toward the page limitation. Paper should be 8 � 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 2016 compatible application. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2016 should be submitted in PDF format. Submitted electronic files should not be compressed and should be limited to the following extensions: � � � � � � � � .docx Microsoft Word � � � � � � � � .xlsx Microsoft Excel � � � � � � � � .pptx Microsoft PowerPoint � � � � � � � � .pdf Adobe Acrobat � � � � � � � � .mmpx Microsoft Project In accordance with FAR 15.201, 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 Information submitted in response to this Sources Sought will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition sensitive will be protected from disclosure under the public records law only if properly labeled as such.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/55761e10599749c6b5518ed710639fea/view)
- Record
- SN06823190-F 20230909/230907230104 (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 |