SOURCES SOUGHT
20 -- COMBAT SYSTEM MODERNIZATION OPTIONS FOR EX-OLIVER HAZARD PERRY CLASS FRIGATES - RFI Cost Template - RFI Enclosures 1 thru 9
- Notice Date
- 6/29/2015
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-15-R-4212
- Archive Date
- 9/15/2015
- Point of Contact
- Emily J. Stepien, Phone: 2027815047, Matthew G. Knight, Phone: 202-781-2855
- E-Mail Address
-
emily.stepien@navy.mil, matthew.g.knight@navy.mil
(emily.stepien@navy.mil, matthew.g.knight@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Enclosures Cost template The Naval Sea Systems Command (NAVSEA) is hereby issuing a Request for Information (RFI) on behalf of PMS 326 (the International Fleet Support Program Office) seeking information on combat system modernization options for up to four ex-Oliver Hazard Perry class ships. NAVSEA seeks to determine availability of the systems identified in the Description below, and to provide a rough-order-of magnitude price. In addition to the requested systems, NAVSEA is seeking detailed definition of system integration requirements and a rough-order-of-magnitude price. NAVSEA is also requesting additional information including performance specifications, and U.S. content. Responses may include information on a complete combat systems suite, individual components, and/or system integration services, depending on the vendor capability or desire. Description: A foreign navy has requested NAVSEA provide pricing and availability of several combat system modernization options for their ex-Oliver Hazard Perry class frigates. NAVSEA is requesting that industry identify systems that meet these requirements along with other pertinent information including pricing, performance specifications, and U.S. content. The effort will require the use of Foreign Military Financing (FMF) which stipulates requirements for U.S. content. In proposing any system or component that is not of US origin, the offeror should clearly identify the origin per additional response guideline #8 below- with the understanding that waivers to procure foreign components with FMF funds are difficult and not likely to be approved. Industry should base their pricing on the expectation that installation will occur in a foreign shipyard, using CY 2017 as an estimated delivery timeframe for the first system. NAVSEA is requesting options be priced for one, two, and four ship sets. For the Combat Management System (CMS), there may be several valid approaches including either the integration or replacement of the MK 92 Fire Control System. Industry should present a proposed CMS option that provides the best value, and need not retain legacy systems except as specified below. System Integration will be required as part of the combat systems suite design, installation, and testing. NAVSEA is seeking detailed definition of system integration requirements and a rough-order-of-magnitude price. The Systems Integrator will establish a Land-Based Test Site (LBTS) within the United States to perform all the required integration testing before and during installation of the systems outside of the United States. The requirements and specifications in the enclosures are to be considered general guidance for the systems that have been requested. Industry should provide solutions that best fit these requirements; strict adherence is not mandatory. In the event a system/component does not exactly match the specified requirements, an alternative system may be submitted, but the requirements that are not met should be clearly identified and the impact explained. Information on the following is being requested: 1)An open architecture combat management system (see enclosure (1)) including: a)Integration with the systems requested in this RFI. b)Integration should also include the following legacy systems which will likely be retained. In each case, identify those legacy components that have been previously integrated and validated with the proposed CMS. i)AN/SLQ-32A(V)2 ESM ii)MK 32 SVTT iii)MK 15 CIWS iv)MK 75 76 mm gun v)Harpoon c)Integration may also include the following legacy systems as options which should be considered for retention, but may be replaced based on best value. In each case, identify those legacy components that have been previously integrated and validated with the proposed CMS. i)MK 92 CAS ii)AN/SPS-55 Radar iii)Support Systems (1)Electromagnetic Log (2)MK 27 Gyro (3)AN/WSN-7B INS (4)GPS (5)Anemometers (6)Bathythermograph 2)3D Surveillance Radar to replace the existing AN/SPS-49 Radar (see enclosure (2)). 3)Fire Control Radar (see enclosure (3)). 4)S-Band Navigational Radar (see enclosure (4)). 5)Medium Frequency Active / Passive Hull-mounted Sonar to replace the AN/SQS-56 Sonar (see enclosure (5)). 6)Low Frequency Active/Passive Variable Depth Sonar (see enclosure (6)). 7)Digital Underwater Communication System to replace AN/WQC-2 or as an independent system (see enclosure (7)). (Note if already included as part of the Hull-Mounted Sonar System.) 8)Inertial Navigation System (see enclosure (8)). 9)Missile System and Vertical Launcher to Replace SM-1 (see enclosure (9)). It is unlikely that the request stated in enclosure (9) can be met as written. For the purposes of this RFI, the Offeror should take into account export/releaseability restrictions when proposing a new missile system. In addition, information is sought concerning considerations of system designs that would best accommodate future modifications to support other missile systems should they become available. 10)System Integration: The response should be sufficiently detailed to allow NAVSEA to gain a basic understanding of the recommended approach and significant cost factors. Therefore include the following information: a)Cost to develop the following documentation with the support of the system vendors, the foreign navy, and NAVSEA: i)Concept of Operations ii)Top Level Requirements b)Cost to provide a suitable location for the Land Based Test Site. c)Cost to perform requirements analysis. d)Cost to support the following test events: i)Observe the Factory Acceptance Tests of all individual systems for compliance with the production specifications. ii)Perform and validate the Systems Integration Test to establish the system baseline in a controlled environment. iii)Observe and validate Set-to-Work for all installations. iv)Perform and validate acceptance testing at the platform level to assure system requirements for the individual platforms including: (1)Harbor Acceptance Tests (2)Sea Acceptance Test v)Observe any sea trials and/or live firing exercises for the first of class and report on completion of case/contract requirements. e)Conduct a monthly Integrated Products Team meeting via teleconference. f)Conduct and host various design reviews for equipment, systems, and platform including: i)Systems Requirements ii)Preliminary Design Review iii)Critical Design Review iv)Test Readiness Review Responses: Responses should be limited to 25 pages or less, excluding the spreadsheet template provided for cost and lead times, and should be unclassified. Respondents can provide up to two documents; one for cost and lead time (template provided) and one for the remaining requested information. The response should provide sufficient detail for evaluation by NAVSEA. If portions of the information provided are considered proprietary to the respondent, that portion shall labeled as such and will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Responses should be sent by email to the NAVSEA Contracting Specialist (Emily Stepien) at Emily.Stepien@navy.mil no later than August 31, 2015. The following additional guidelines for responses are provided: 1)Identify which systems the respondent can produce, and which systems would be acquired from other vendors for incorporation into a full combat system suite. 2)For systems that do not fit within the footprint of the existing system, clearly identify any differences and what alteration is required. 3)Identify the required electrical and cooling requirements. 4)Compare the proposed system with the requested requirements/specifications. For systems that do not meet requirements/specifications, clearly define the differences with discussion of impact where significant. 5)Estimate ROM price for each individual system with an estimated delivery date in CY 2017 which includes: a)Proposed system cost, with numbers to include one, two, and four ships. b)Engineering and design work to adapt to the FFG-7. c)2 year In-country Depot Spares, Installation and Checkout spares, 90 day Onboard Replacement Parts. d)Training for operators and maintenance technicians in the US and onsite for one, two, and four ships. e)Installation of the system(s) outside of the United States for one, two, and four ships. f)Support for testing including: i)Factory Acceptance Test ii)System Integration Testing including: (1)Land Based Test Site (2)Shipboard iii)Set To Work Test iv)Harbor Acceptance Test v)Sea Acceptance Test vi)Any initial sea trials and/or live firing exercises g)Documentation including: i)Operations and Maintenance manuals ii)Preventive Maintenance System documentation iii)Interface Control and Design documentation iv)Installation documentation 6)Estimated lead time after contract award for delivery of component systems for one, two, and four ships. 7)Identify if candidate systems are currently installed in: a)Oliver Hazard Perry Class Frigates: i)U.S. Navy ii)Foreign Navies b)Other Ship Types: i)U.S. Navy or U.S. Coast Guard ii)Foreign Navies or Coast Guards iii)Commercial 8)Foreign Military Financing (FMF) compliance including: a)Estimate of percentage of U.S. content per system (parts, manufacturing, assembly, and services) b)Location of manufacturing c)Location of final assembly d)Identify current contracts with the U.S.G. for procurement e)Identify whether system vendor is a U.S. company 9)Provide estimated ROM price to perform the Systems Integration tasks provided in the Description section. This RFI in no way binds the Government to offer contracts to responding companies. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to participate. This RFI is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. No written responses will be returned. Submission Requirements: Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website (http://www.fedbizopps.gov/). It is the responsibility of potential offerors to monitor these sites for additional information pertaining to this requirement. Contracting Office Address: N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC Point of Contact: Ms. Emily Stepien 202-781-5047 Mr. Matthew Knight 202-781- 2855
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-15-R-4212/listing.html)
- Record
- SN03779939-W 20150701/150629235238-096d0be4ed1401c9acf050738b0fc4f5 (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 |