Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2023 SAM #8054
SOURCES SOUGHT

12 -- AN/BYG-1 APPLICATIONS

Notice Date
12/14/2023 9:53:31 AM
 
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
N00024-24-R-6241
 
Response Due
1/15/2024 2:00:00 PM
 
Archive Date
01/30/2024
 
Point of Contact
Michael Ravnitzky, Phone: 2027813192, Laura E. Arscott, Phone: 2028124474
 
E-Mail Address
michael.j.ravnitzky.civ@us.navy.mil, laura.e.arscott.civ@us.navy.mil
(michael.j.ravnitzky.civ@us.navy.mil, laura.e.arscott.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. � This notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Undersea Warfare Systems, Submarine Combat and Weapons Control Program Office (PMS 425). PMS 425 seeks to identify possible sources interested in fulfilling the requirements for AN/BYG-1 Applications. This requirement is for the development, testing, and integration of current, future, and legacy AN/BYG-1 applications as part of a new framework to deliver streamlined capabilities. The new framework will include the Tactical Control application, Payload Control application, Weapons Control application, as well as new combat control system applications. The applications will be migrated to a common infrastructure to deliver warfighting capability to United States Navy (USN), Royal Australian Navy (RAN), and potentially Australia/UK/US (AUKUS) Joint Program Office submarine platform variants. This requirement may include the following efforts: Decouple AN/BYG-1 applications from hardware dependencies and transition hardware and infrastructure management to common infrastructure services Containerize AN/BYG-1 capabilities to enable independent operation Transition AN/BYG-1 applications to the Submarine Warfare Federated Tactical System (SWFTS) Common Computing Environment and/or Resiliency Computing Environment Apply SWFTS open software standards to the AN/BYG-1 applications Integrate and test Strike components into AN/BYG-1 Develop AN/BYG-1 technology improvements for all USN and RAN submarine combat systems Deliver AN/BYG-1 Technology Insertion (TI) 2024 (TI24) Assist with the design and development of the AUKUS Combat Control System Integrate third party capabilities with AN/BYG-1 Automate delivery and installation of AN/BYG-1 capabilities to the SWFTS continuous integration / continuous development pipeline The AN/BYG-1 is an acquisition category III program of record. Information Requested: Provide examples of relevant history (last 5 years) to demonstrate your ability to meet the requirements below. The examples should clearly explain your inherent experience to meet these requirements. Requirement 1 � Deliver a fully integrated and tested final AN/BYG-1 TI24 software build in less than 24 months from date of contract award. The software build will incorporate tactical control, payload control, weapons control, common infrastructure services, and information assurance applications. The software build will be in accordance with SWFTS community design requirements. Requirement 2 � Deliver weapon control application software builds to support legacy Technology Insertion/Advanced Processing Build (TI/APB) TI-16/APB-15 and prior.� Requirement 3 - Integrate capabilities delivered from supporting organizations and SWFTS to deliver mission capable AN/BYG-1 software builds. Requirement 4 - Develop and conduct fleet training to support train the trainer, dockside refresher, and operations training on all current AN/BYG-1 capabilities. All responses shall be made via email to the POCs listed in the submission instructions below. Interested parties should provide a company profile to include the following: Company Name, Address, website Point of Contact, email address, telephone number Business Size Status relative to NAICS Code 334511 (i.e., large, small disadvantaged, veteran, woman owned, etc.) CAGE Code Responses shall be submitted via e-mail only (no telephone inquiries or paper submittals) to Laura Arscott (laura.e.arscott.civ@us.navy.mil ) and Michael Ravnitzky, (michael.j.ravnitzky.civ@us.navy.mil). Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Responses should include enough detail so that the Navy may assess an entity�s capability in relation to one or more of the requirements identified in this notice.� Interested parties shall explain what actions it would recommend or require the Government to take in order to respond to any future solicitation related to AN/BYG-1 Applications.� Responses shall be submitted electronically to the Government. Acceptable formats for electronic responses include Adobe PDF and Microsoft Word. Please limit responses to 15 pages or less (including cover, administrative pages, ad descriptive literature). Classified Information: The Government does not anticipate that Contractor responses to this notice will need to include classified information. Classified material will not be accepted. DISCLOSURE: As future requirements will be publicly available once published, the responses provided should not contain proprietary information. However, if some of responses are considered proprietary to the respondent, that portion shall be segregated and labeled as such for appropriate handling by the Government. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will become Government property and will not be returned to the respondent. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice. This RFI is for informational planning purposes and is not a commitment by the Government to procure any materials, machinery, or services. This notice is not a request for proposals. 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. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. Respondents are advised that the Government will not reimburse any costs associated with providing information in response to this notice or any further requests for information relating to a response. All information shall be provided free of charge to the Government. The Government may pose follow-up questions to entities that submit responses, but this will not indicate a selection or preference. 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. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3b2b829a76204cd9838517671b8777f4/view)
 
Record
SN06913208-F 20231216/231214230100 (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.