SOURCES SOUGHT
K -- Ship Self Defense System (SSDS): Diminishing Manufacturing Sources & Material Shortages
- Notice Date
- 5/15/2024 12:08:31 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
- N00024-24-R-5206
- Response Due
- 5/28/2024 1:00:00 PM
- Archive Date
- 06/12/2024
- Point of Contact
- Thomas Adams, Tiffany Wulfsohn
- E-Mail Address
-
thomas.j.adams84.civ@us.navy.mil, tiffany.k.wulfsohn.civ@us.navy.mil
(thomas.j.adams84.civ@us.navy.mil, tiffany.k.wulfsohn.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. THE GOVERNMENT IS NOT SEEKING OR ACCEPTING UNSOLICITED PROPOSALS.� This is a Request for Information (RFI) as defined in FAR 15.201(e). The Naval Sea Systems Command (NAVSEA) Program Executive Office Integrated Warfare System (PEO IWS) 80.0, is requesting information regarding industry�s capabilities and related experience for sustaining legacy Ship Self Defense System (SSDS) systems/equipment/Lowest Replaceable Units (LRUs). The SSDS Program provides the tactical combat system processing, storage and networking systems equipment that meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. Navy amphibious assault ships and aircraft carriers SSDS is the Integrated Combat System (ICS) which is installed in the following aircraft carrier and amphibious ship classes: Navy Aircraft Carriers (Aircraft Carrier (Nuclear Propulsion) (CVN)) 68/78 classes, Amphibious Ships (Landing Helicopter Assault (LHA) class, Amphibious Assault Ship (multi-purpose) (LHD) 1 class, Landing Platform Dock (LPD) 17 class, and Dock landing ship (LSD)) 41/49 classes.� Production of the SSDS Systems Hardware have been/are being executed via the following contract vehicles: N00024-22-C-5235 � SSDS MK2 T16 Hardware Production N00178-16-D-3001 � SSDS MK2 TI16 Hardware Production N00178-16-D-3000 � SSDS MK2 TI16 Tactical Equivalent Hardware Production N00178-14-D-3035 � SSDS MK2 TI12 & TI12H Hardware Production N00178-14-D-3036 � SSDS MK2 TI12 & TI12H Hardware Production N00178-14-D-3048 � SSDS MK2 TI12 & TI12H Hardware Production Scope: Review Government Furnished SSDS Technical Data Packages (TDPs) and conduct vendor surveillance for Commercial Off the Shelf (COTS) assemblies, components and parts. Identification and resolution of Diminishing Manufacturing Sources and Material Shortages (DMSMS) for the various SSDS hardware configurations. Managing obsolescence to include a Diminishing Manufacturing Sources and Material Shortages (DMSMS) plan and metrics. Implementing and maintaining a Configuration Management (CM) program in accordance with NAVSEAINST 4130.12B. Develop and update Integrated Logistics Support (ILS) related technical data, technical publications and supply support analyses such as technical manuals, maintenance procedures/instructions and other training documentation, repair parts lists, tool lists, and provisioning documentation. Develop and execute Test Plans in support of Environmental Qualification Testing (EQT) of DMSMS solutions. Perform hardware fabrication/production required to manufacture DMSMS solutions in sufficient quantities to support the ship and shore site availability schedules. Provide engineering services, assembly, configuration, test, packaging, and shipment of the principal component assemblies, tactical equivalents, spares, and provisioned items for SSDS. Providing In-Service/Sustainability support for the systems, equipment and LRUs that comprise the SSDS hardware equipment.� Provide engineering services for developing and updating TDPs to periodically address production component obsolescence, with specific emphasis on SSDS processing, storage, and network equipment. Responding to this Notice� Interested parties shall submit a capability statement that describes relevant experience and/or capability in support of the following requirements:� 1. Provide an overview of capabilities and experience in provide engineering services for developing and updating TDPs to address production component obsolescence, with specific emphasis on U.S. Navy tactical data systems processing, storage, and network equipment. �The response should address experience with defining, developing and updating: Developmental Design Drawings and Associated Lists Product and Line Replaceable Unit (LRU) Drawings and Associated Lists Hardware Engineering Design Documents and Parts List System, Power and Environmental Requirements Interface Specifications and Requirements Interface Control Drawings Special Inspection Equipment Drawings and Associated Lists Integrated Logistics Support (ILS) and Training Documentation Shock and Vibration Engineering Analysis Demonstrate throughput and the capability/capacity to handle the physical components of the system. Demonstrate how the facility can support the Government�s required production rates and lead times, not to exceed twelve (12) months for production. Interested parties shall include a cover page and provide the following company information in the RFI submission:� �Company Name� Company Address� Unique Entity ID� CAGE Code� Technical Point of Contact (Name, Email Address, and Phone Number)� Business Size Status (e.g., large, small, HUBZone, SDB, SDVOSB, VOSB, WOSB).� Level of Facility Clearance� Identify Government or commercial contracts within the last five (5) years with similar scope and provide a brief overview of company responsibilities and outcomes.� Website address� PEO IWS 80 is interested in the full potential of industry responses, including small businesses.� Responses to this RFI should be submitted by 28 MAY 2024 1600 EST.� Barriers to Competition Please identify any obstacles to competition in the areas of engineering processes, production facilities, test facilities or scope of work that would hinder or restrict the 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. Responses to this Request for Information notice shall be UNCLASSIFIED and shall not exceed ten (10) pages in length, excluding a cover page containing company information. Responses shall be composed using Times New Roman, 10-pt font and submitted in Microsoft Word 2010 or searchable Adobe Acrobat Portable Document Format (PDF). Each submission shall be electronic (virus-scanned) and submitted via email to the Government Points of Contact listed below. Please submit your email with the subject line, �Ship Self Defense System (SSDS)� Sustainment, Production, and Engineering Services: [Company Name].� Telephone and oral responses are not acceptable. All responses must be received on or before the �Response Date� specified above.� NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE.� The Navy is conducting market research to identify qualified and responsible sources that may be interested in the requirements described in this notice. This RFI is issued for informational and planning purposes only and does not constitute a solicitation or a Request for Quote (RFQ). This RFI is not to be construed as a commitment by the Government to issue a solicitation or 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. Information submitted in response to this RFI 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 may be protected from disclosure under the public records law only if properly labeled as such.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a1e367c1af24637a7508de007de86a0/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07065867-F 20240517/240515230053 (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 |