SOURCES SOUGHT
99 -- Littoral Combat Ship Mission Module (LCS MM) Development, Engineering, Production, and Sustainment (DEPS) Request for Information (RFI)
- Notice Date
- 11/13/2024 12:17:56 PM
- Notice Type
- Sources Sought
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-25-R-6314
- Response Due
- 11/20/2024 9:00:00 AM
- Archive Date
- 12/31/2025
- Point of Contact
- Kevin Burk, Heather Glovinsky
- E-Mail Address
-
kevin.j.burk3.civ@us.navy.mil, heather.e.glovinsky.civ@us.navy.mil
(kevin.j.burk3.civ@us.navy.mil, heather.e.glovinsky.civ@us.navy.mil)
- Description
- This post is related to N00024-25-R-6312 DEPS Industry Day posting. Disclosure: This is a Sources Sought notice, issued by the Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Unmanned & Small Combatants (PEO USC) for information and planning purposes only. This is not a Request for Proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. 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 that has not been both properly marked and clearly identified. Information marked proprietary received in response to this Sources Sought will be safeguarded and handled in accordance with applicable Government regulations. To aid the Government in its review, please segregate proprietary information. Purpose: This Sources Sought notice is issued by the Department of the Navy, NAVSEA, PEO USC, Littoral Combat Ship (LCS) Mission Modules (MM) Program Office (PMS-420). The Navy is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine if sources exist that can satisfy the Navy�s anticipated program requirements for the LCS MM program. Only one response is necessary for this announcement. This notice is for market research purposes only and does NOT constitute a request for proposal. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. Failure to respond to this notice does not preclude participation in any future RFP, if any are issued. If an RFP(s) is issued, it will be synopsized on https://SAM.gov. This Request for Information aims to conduct market research on industry capabilities to provide production, manufacturing, engineering and sustainment support for various LCS MM programs. Information is sought to help determine the level of interest, technical and manufacturing capabilities, knowledge, experience level, and qualifications of Industry to meet the Government�s needs. The Government is approaching this opportunity with the ultimate goal of increasing competition. The Government is conducting this market research to develop more informed future solicitations within current industry constraints. General Capabilities: PMS-420 seeks to understand industry capabilities to provide production, manufacturing, engineering and sustainment support for the LCS MMs. The LCS MMs support the LCS vessel in its mission to defeat asymmetric threats and ensure naval and joint force access into contested littoral regions. The LCS MM Program has employed an incremental development approach to deliver capability, which allows for insertion of mature capabilities throughout the life of the program without the need for modifications to the LCS seaframes. The LCS MM Program is also the integrator of separately procured mission modules and equipment, e.g. berthing augmentation, gun and missile weapon systems, mine countermeasures payload delivery systems, etc. Each mission module often makes use of common support containers whose designs are based upon an ISO-compliant base shipping container. The Navy is seeking information regarding solutions that can meet the requirements of the LCS MM program as described in this notice. For reviewing responses, the Navy has organized efforts into two areas: (1) Production Hardware and (2) Operations and Sustainment Support. Production Hardware covers all manufacturing and production of LCS MM hardware end items. The LCS MM Program seeks companies with the capability to potentially manufacture both build-to-specification and build-to-print mission module components. Requirements may include the production of multiple systems/sub-systems and integration of delivered hardware into final end items. Operations and Sustainment support covers all operations and sustainment requirements during the fielding and deployment of LCS MM assets. The LCS Mission Modules Program Sustainment Strategy is based on the overall LCS requirements and evolving geographic Commander requirements, which may include CONUS or OCONUS operations. For CONUS requirements, the Contractor may operate the Government-owned Mission Package Support Facility (MPSF). Submissions: Written responses are requested to be no more than 15 single-spaced, 8.5 x 11 inch pages using 12 -point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one-page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, Unique Entity ID (UEI), major products, primary customer base. b) A summary outline and capabilities statement showing how requirements (summarized above) for LCS MM production hardware and support will be met. c) Contract numbers and descriptions for similar type work and products as evidence of capabilities. Provide a description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement. d) What manufacturing capacity your company currently possesses including how many lines of production your company could operate at a time. e) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. f) Production Hardware: The company�s response should include answers to the following questions: How would you manufacture, install, update, store MM and systems to be incorporated into the MM? Demonstrate how the company meets the Navy�s Quality Assurance Program Requirements and Configuration Management standards. Demonstrate how the company would include plans in its Integrated Master Schedule to account for changes to production due to items like Diminishing Manufacturing Sources and Material Shortages (DMSMS). Additionally, the company should describe its typical change management process used during hardware production. If the Government has an emergent need to procure LCS MM or Small USV peculiar support equipment beyond what is described, which may or may not have an approved Level III TDP, explain how your company would approach the development of a Level III TDP, including experience with similar efforts. g) Operations and Sustainment Support: The company�s response should include answers to the following questions: How would the company support pier-side maintenance, intermediate maintenance, and field engineering support CONUS and OCONUS? How do you manage staffing to ensure that there is adequate coverage for all maintenance activities, including surge periods and high-demand scenarios for CONUS and OCONUS Operations? Has the company worked with MPSF, MMRC, and/or similar large scale storage facilities CONUS/OCONUS? Can the company describe its experience providing Organizational (O) and Intermediate (I) level Maintenance for Modular systems? What are the specific systems and/or components the company supported in the past? Describe how you would ensure timely and effective communication and collaboration with the Original Equipment Manufacturer (OEM) to resolve maintenance issues that arise during the Sustainment Phase? Submit responses to the Contracting Officer, Kevin Burk, Kevin.J.Burk3@us.navy.mil and Contract Specialist Heather Glovinsky, Heather.e.glovinsky.civ@us.navy.mil, with a carbon copy (�cc�) to Hayes Alheid hayes.j.alheid.civ@us.navy.mil no later than 20 November 2024, 12:00 pm EST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9e2bc22e2aba46f98c5c0bd846136de4/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07264227-F 20241115/241113230113 (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 |