DOCUMENT
66 -- Instruments and Laboratory Equipment - Attachment
- Notice Date
- 5/9/2011
- Notice Type
- Attachment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
- Solicitation Number
- N0017811Q1907
- Response Due
- 5/20/2011
- Archive Date
- 9/30/2011
- Point of Contact
- Randy Hart,
- E-Mail Address
-
40-653-7088
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible business firms that are capable of providing the requirements described herein prior to determining the method of acquisition and potential issuance of a solicitation. The FSC for this requirement is 6625. The NAICS for this requirement is 334515 with a size standard of 500 employees. All interested businesses are encouraged to respond. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. Please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and potential issuance of a solicitation. IMPORTANT: The Naval Surface Warfare Center Dahlgren Division (NSWCDD) is considering the release of supporting documentation, such as representative drawings & parts lists, and applicable acceptance test documentation, as part of a solicitation. These documents will be provided to authorized U.S. DOD CONTRACTORS ONLY, in accordance with NAVSEA instruction 5230.12 śRelease of Information to the Public ť and Department of Defense Directive 5230.4 śDistribution Statement on Technical Documents. ť See ACTIONS REQUESTED IN RESPONSE TO THIS NOTICE, below, for further information. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FBO) website located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to these requirements. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. BACKGROUND: NSWCDD Launcher Systems Branch (G21) has upgraded the Automated Test System (ATS) for production screening of Electronic Circuit Card Assemblies (CCAs) from the Teradyne L293 Test System to the Teradyne Spectrum 9100 (S9100) Test System. Existing MK41 Vertical Launch System (VLS) application-specific Test Program Sets (TPSs) developed to interface with the original Teradyne L293 system need to be converted to the upgraded S9100. NSWCDD requires contract assistance to re-host specific CCA TPS from the L293 to S9100 system. OVERVIEW OF REQUIREMENTS: CCAs for the MK41 VLS Baseline VII module have been categorized into low, medium, and high complexity based on an engineering assessment of the hardware design. The Contractor shall re-host three L293 CCA TPSs (one from each complexity category) to the S9100 with an option for up to four additional if the first three are converted successfully. General test content and reporting requirements are described in Table 1.1 of the attached Statement of Work. DEVELOPMENT ENVIRONMENT: The government-owned S9100 Spectrum ATS will not be available on a regular basis for Contractor development. The Contractor will be required to have independent access to the Teradyne development environment. The contractor will be required to use Test Studio as the framework for the development, integration, and operation of the TPS. The contractor will be required to use the Teradyne TPS Convertor Studio on the L293 TPS code to generate the initial TPS for the S9100. This methodology is critical to help maintain test coverage during the re-host process. The contractor will be required to use the C programming language as the primary development environment. Operator controls and messaging shall be browser based and written in a variety of tools that may include any of the following: Javascript, Visual Basic Script, HTML, Labwindows CVI. Source code that is redundant from program to program shall be reused and not regenerated for each module. Program implementation may be altered to take advantage of enhanced Spectrum capability. CONTRACT INFORMATION: The contract type is anticipated to be Firm-Fixed Price for each TPS and ITA to be delivered. Base CLINs will include the technical data packages and hardware associated with rehosting three (3) CCAs, and optional CLINs will include the same deliverables for four (4) additional CCAs. The following information will be provided as part of the solicitation to interested companies that are confirmed U.S. DOD Contractors, to assist with pricing each CLIN: A.Assembly drawings, parts list, schematics, and Printed Circuit Board (PCB) drawings for each CCA. B.Legacy ATS (L293) Interface Test Adapter (ITA) assembly drawings, parts list, and wire running lists. C.Acceptance Test Requirements (ATR) documentation. D.NSWCDD S9100 Configuration Drawings. Contract oversight and deliverables will be tested and accepted by NSWCDD in Dahlgren, VA, in accordance with the terms to be included in the solicitation. ACTIONS REQUESTED IN RESPONSE TO THIS NOTICE: All information should be submitted to Attention Code CXS11-1; email address is randy.hart@navy.mil, reference number N00178-11-Q-1907. Questions regarding this Sources Sought Notice must be received no later than 12PM on 16 May 2011. Capability statements and Confirmation of U.S. DOD Contractor status are requested no later than 12PM on 20 May 2011. 1.CAPABILITY STATEMENTS (SMALL BUSINESSES): Capability statements shall not exceed fifteen (15) pages and shall include the following items: (1) Identification of company or organization; (2) A complete description of the respondents ™ capabilities, related experience, facilities, techniques or unique combinations of these factors that clearly relate to the Government ™s specified needs for this requirement; (3) Business/contracts/marketing office point(s) of contract; (4) Notification of business size and/or special status; and (5) Any additional information that may be useful to the successful acquisition of the requirements, if solicited. Please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. Provide an explanation of your company's ability/plan to perform at least 50% of the overall effort. 2.CONFIRMATION OF DOD CONTRACTOR STATUS Contractors interested in receiving supporting documentation upon issuance of the solicitation, such as representative drawings & parts lists, and applicable acceptance test documentation, shall submit their respective Defense Logistics Agency, Joint Certification Number (http://www.logisticsinformationservice.dla.mil/jcp) demonstrating authorization to receive unclassified technical documentation. The following Distribution Statement D, Critical Technology, Export Controlled and Document Handling / Destruction will apply. See the full statement below: DISTRIBUTION STATEMENT D. Distribution authorized to the Department of Defense and U.S. DOD contractors only (Critical Technology) (December 2002). U.S. DOD Contractor “ Those U.S. contractors currently holding grants or contracts with the Department of Defense, or those contractors declared eligible for DOD information services by a sponsoring DOD activity on the basis of participation in a DOD Potential Contractor Program. Critical Technology “ To protect information and technical data that advance current technology or describe new technology in an area of significant or potentially significant military application or that relate to a specific military deficiency of a potential adversary. Export Control “ śWARNING “ This document contains technical data whose export is restricted by the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et seq. Violations of these export laws are subject to sever criminal penalties. Disseminate in accordance with provision of DOD Directive 5230.25 ť. Handling and Destroying Unclassified/Limited Distribution Documents “ Documents shall be handled using the same standard as śFor Official Use Only (FOUO) ť material, and will be destroyed by any method that will prevent disclosure of contents or reconstruction of the document.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811Q1907/listing.html)
- Document(s)
- Attachment
- File Name: N0017811Q1907_N00178-11-Q-1907_-_Attachment_-_Draft_Requirements.pdf (https://www.neco.navy.mil/synopsis_file/N0017811Q1907_N00178-11-Q-1907_-_Attachment_-_Draft_Requirements.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N0017811Q1907_N00178-11-Q-1907_-_Attachment_-_Draft_Requirements.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0017811Q1907_N00178-11-Q-1907_-_Attachment_-_Draft_Requirements.pdf (https://www.neco.navy.mil/synopsis_file/N0017811Q1907_N00178-11-Q-1907_-_Attachment_-_Draft_Requirements.pdf)
- Record
- SN02443049-W 20110511/110509234355-e3e7fff889f9df76cf4ca3faf5b307cc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |