SOURCES SOUGHT
58 -- Build to Print (BTP) Full Rate Production (FRP) of Joint Counter Radio Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One (I1B1) System of Systems Additional Market Research
- Notice Date
- 5/5/2016
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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
- N00024-16-R-6327
- Archive Date
- 6/4/2016
- Point of Contact
- Brendan E Kittredge, Phone: 2027812061, Krysten J. Ellis, Phone: 2027813178
- E-Mail Address
-
brendan.kittredge@navy.mil, krysten.ellis@navy.mil
(brendan.kittredge@navy.mil, krysten.ellis@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This SOURCES SOUGHT NOTICE is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office, Acquisition and Commonality, SEA06 - Expeditionary Missions (EXM), PMS-408. The Government is conducting additional market research in accordance with FAR Part 10 to determine whether two or more small business sources possess the requisite capabilities to successfully perform the requirement to manufacture, assemble, test and deliver Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Build One (I1B1) units at the Government's required production rates and lead times with the Engineering Support Services necessary to support integration of Technical Insertion/Refresh plans, in order to support U.S. Forces' dominance over the electromagnetic spectrum. A Technology Insertion (TI) is a replacement and/or upgrade of system computing hardware, associated middleware/firmware, and radio frequency (RF) hardware to take advantage of technology advances in capability. The role of the contractor will be to perform the design and/or integration of the new or updated technology in hardware and software components of the system that are developed by Government, Contractor, and Third party sources. NAVSEA issued an Industry Day Special Notice (N00024-16-R-6327) on 22 March 2016 for the build-to-print Full Rate Production effort of JCREW I1B1 systems. NAVSEA is conducting additional market research to determine if it is possible to set aside the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The proposed North American Industry Classification Systems (NAICS) code is 334511, which has a corresponding size standard of 1,250 employees. A fixed price (FP) type contract with quantity-based stepladder pricing is contemplated for the systems, supporting hardware and spares. Cost Plus Fixed Fee (CPFF) Level of Effort line items for Engineering Services, to include Technical Insertion, will be included. JCREW I1B1 systems will be procured as a build-to-print (BTP) contract, whereas the Government developed technical data package would be provided as Government Furnished Information (GFI). The contract will include a base-year ordering period with priced options for an additional four (4) years. 1.0 BACKGROUND The CREW program provides all military services with an electronic warfare capability to counter the threat from improvised explosive devices (IEDs). Effective acquisition and deployment of Joint CREW (JCREW) systems required a strategy to develop and implement improved CREW systems which would address the current threats and eventually cost effectively counter changing worldwide threats. Executing this initiative has resulted in a number of urgent procurements over the past several years such as the Quick Reaction Dismounted (QRD) CREW systems, 2.1 Mounted CREW systems (CVRJ) and SYMPHONY Coalition CREW systems in early Fiscal Year (FY) 06; Warlock Block II/III LX Upgrade; Jukebox; TCM AN/PLT-4 and TCM AN/PLT-5; Army Warlock Duke; U.S. Marine Corps (USMC) CREW Chameleon and Hunter. JCREW Increment 1 Block 1 (I1B1) has developed an open architecture system capable of cost effectively countering long-term future threats. The JCREW incremental System of Systems (SoS) development approach includes three distinct variants that were developed to utilize common components, software (SW) and hardware (HW) solutions for an open, flexible, and compatible system design approach that is modular, interoperable and affordable to upgrade. The three variants are manpack systems for mobile dismounted operations; mounted systems for mobile ground, and waterborne transport vehicles, and fixed site systems for semi-permanent geographical areas. The JCREW I1B1 systems will provide long term protection to U.S. forces against Radio Controlled IEDs. JCREW fulfills the Navy Expeditionary Combat Command (NECC), Naval Beach Group (NBG), United States Air Force (USAF), and other agency requirements to replace legacy CREW systems that lack worldwide applicability. 2.0 SCOPE Manufacture, Assembly, and Test The Contractor shall build and deliver the JCREW I1B1 systems IAW the relevant TDP and specifications, provided as GFI. The Contractor shall procure, manufacture, and assemble materials required to produce JCREW I1B1 systems, including any special test equipment, and conduct component and manufactured item testing necessary to assure the quality of all items. The Contractor shall use existing production documentation provided as GFI. Where the Contractor identifies the specifications and associated documentation and drawings provided as GFI are inadequate to ensure system conformance and/or impact the Contractor's ability to manufacture and assemble a component/item, the Contractor shall notify the Government Contracting Officer's Representative (COR) and Program Manager via e-mail. The Contractor shall update as necessary the First Article Qualification Test (FAQT) Plan provided as GFI. The Contractor shall execute the FAQT Plan using the first JCREW I1B1 production article for each variant. The Contractor shall furnish all labor and materials to procure piece parts, fabricate, assemble, test, repair failed items found during FAQT, re-test, clean, package, and ship completed systems to the destination(s) identified in the Contract. The Contractor shall submit an FAQT Report subsequent to successful completion of the FAQT Plan. IAW the Contractor's Quality Management System (QMS) and IAW the Statement of Work (SOW), the Contractor shall perform all necessary incoming inspections and acceptance tests of material received from subcontractors, suppliers, and vendors to assure that items meet the requirements of the specification control drawings or source control documentation. All nonconforming material shall be segregated from material acceptable for production line use and disposition of nonconforming material shall be accomplished IAW the Contractors Quality Assurance (QA) Procedures as outlined in the Contractor's QMS. An Engineering Change Proposal (ECP) shall be the vehicle to request any changes resulting from obsolescence, Diminishing Manufacturing Sources and Material Shortages (DMSMS), or end-of-life issues. The Government will take acceptance of completed JCREW I1B1 systems. The following criteria must be met for all systems accepted and signed for: 1. Submission of the FAQT Report. 2. Submission of the As-Built Configuration List (ABCL) for each individual system being sold off. 3. Submission of a completed Functional Evaluation/Acceptance Test (FE/AT) System Test Report for each individual system being sold off. 4. Submission of a completed Production Reliability Acceptance Test (PRAT) System Test Report for any system that was run through PRAT being sold off. Production Readiness Review (PRR) The Contractor shall complete a successful PRR IAW the JCREW I1B1 Systems Engineering Plan (SEP), provided as GFI, PRR requirements, as well as the Manufacturing Readiness Level Deskbook, Version 2.4, Aug 2015, or latest approved version, no later than 8 months after contract award (see Defense Acquisition Guidebook 4.2.15, Production Readiness Review (PRR) (https://dag.dau.mil). The Contractor shall not proceed to production without successful completion of the PRR. The Contractor shall identify existing and projected manufacturing problems and areas of risk and shall assess the progress in the Contractor's planning to achieve production rates required under the delivery schedule. The Contractor shall develop a Manufacturing Plan that addresses the following criteria, at a minimum: · Industrial Resources o Plant Facilities, Production Equipment, Test Equipment, and Tooling Plant capacity to meet production rate Available Surge Capacity GFE, special tooling, production equipment has been identified Needed Plant modernization, productivity enhancements has been accomplished o Personnel Available skilled production manpower available Personnel training and certification available and completed · Production Engineering and Planning o Production Plan developed and in place o Production schedule developed and meets delivery requirements o Manufacturing methods and processes in place o Alternative production approaches available to contingency needs o Drawings and work instructions are in place and available o Configuration Management is defined, implemented, and maintained for production o Provisions have been made for determining producibility and cost impacts of engineering changes o Production Manager in place with authority and responsibility for manufacture and delivery o Management information system in place to provide production status · Materials and Purchased Parts o Complete an accurate Bill of Material in-place o Make or Buy decisions have been made o Long lead items identified o Sole source items identified o GFE/GFM identified o Material control/inventory system is adequate o Material procurement plan provides Effective procedures to determine material needs, lead times, & delivery schedule Criteria for selection of subcontractors and suppliers in place Multi-sourcing of critical items Economic lot size orders Visibility and control of vendors and subcontractors · Quality Assurance Plans and Procedures o A Quality Assurance function in place o Quality Program IAW contract o Necessary quality control procedures and quality acceptance criteria established o Quality Assurance Organization is a participant in product planning · Logistics o Capacity exists to manufacture initial and replenishment spares Counterfeit Parts and Materials The Contractor shall document procedures to minimize the risk of procuring and/or using counterfeit parts and materials. Counterfeit parts may typically be used parts which have been refurbished and represented as new. These parts may or may not contain authentic dye, and will often pass most if not all of the system performance requirements and data sheet parameters. However, part reliability may have been compromised during removal, handling, or re-marking, and a reduced life can be expected. Commonly counterfeited electronic parts include expensive parts such as microcontrollers or specially-screened devices, or common parts which have several pin-compatible versions from multiple Original Component Manufacturers (OCM), such as memory devices and operational amplifiers. Counterfeit mechanical parts are typically improperly made, marked, or treated products. Examples are improper anodizations or heat treatments (or falsified data), mismarked parts sold as a higher grade steel, or used/bogus parts such as valves or circuit breakers. As with electronic parts, counterfeit mechanical parts are significantly more likely to fail prior to the part's expected life. Preventing Counterfeit Parts and Materials The vendor shall take steps as defined below to minimize the risk of receiving counterfeit parts and materials. The Contractor shall: a. Maximize availability of authentic, originally designed and/or qualified parts throughout the product's life cycle, including management of parts obsolescence; b. Assess potential sources of supply to minimize the risk of receiving counterfeit parts or materials; c. Maintain a listing of approved suppliers with documented criteria for approval and removal of suppliers from the list; d. Have purchasing procedures which require the selection of parts and materials from OCM or authorized suppliers whenever possible; e. Require a certificate of compliance and supply chain traceability for all electronic part purchases, and provide to the Government upon request; f. Use Government or industry services such as Government - Industry Data Exchange Program (GIDEP) and other commercially available services to identify part or supplier quality or authenticity problems; g. Define minimum inspection and test requirements for parts being procured from unauthorized sources, and shall ensure that in-house, third-party, and/or distributor inspection and test procedures and facilities comply with these requirements; h. Incorporate procurement clauses which plainly identify quality requirements and liability to all approved suppliers; and i. Flow the requirements above to affected subcontractors. Parts and materials shall not be purchased from unauthorized sources (e.g. independent distributor or broker) unless there is no other means for procurement. In isolated cases when an unauthorized source is the only possible choice for procurement, an unauthorized source purchase report shall be provided to the Configuration Control Board. The report shall contain the following information: a. Reason why an authorized supplier or OCM could not provide the part or material; b. Product certificate of conformance with traceability to the OCM, if available; and, c. Verification and authenticity data results (e.g., visual inspection, marking/surface finish permanency, Destructive Physical Analysis (DPA), Scanning Acoustic Microscopy, Energy Dispersive X-Ray Spectroscopy, Fourier Transform Infrared (FTIR) Spectroscopy, Rockwell Hardness Test, etc.). SAE AS5553 contains information regarding the detection, avoidance, and mitigation of counterfeit electronic components, and may be used as a reference document for meeting the above steps. Corrosion Prevention and Control (CPC) The Contractor shall implement an effective CPC program IAW DOD Corrosion Prevention and Control Planning Guidebook, Spiral 3, September 2007 or latest approved version. MIL-HDBK-1568 may also be used for guidance. The Contractor shall submit a Finish Specification Report which identifies the specific organic and inorganic surface pretreatments and coatings used for corrosion protection in the design and manufacture of JCREW systems. Physical Configuration Audit (PCA) The Contractor shall support and participate in a Government-led PCA conducted on the first production units. The PCA shall be held after the first production unit has completed First Article Qualification Testing. The Contractor shall provide the Government with two (2) units of each system variant (Dismounted, Mounted, and Fixed) for PCA. The Contractor shall propose a PCA date at least 60 days in advance of meeting PCA Entrance Criteria. PCA Entrance Criteria shall include, at a minimum, availability of: Production schedules, Production test plans, Production acceptance plans, Configuration Management plans and documentation, quality control documentation and reports, ECP/RFV that may affect system baseline, and production hardware (to include any fabricated or manufactured testing fixtures and testing equipment). The Contractor shall execute the Government's PCA Plan, provided as GFI on the first FRP unit produced of each system variant. The Contractor shall respond to audit findings, recommend corrective actions, and resolve all findings and deficiencies identified. The Contractor shall support a delta PCA if required by the Government to address all audit findings, corrective actions, and resolved deficiencies. The PCA will cover all products to include any manufacturing, production, and assembly documentation and hardware, as well as all mission enabling products. Production Assurance Test Support The Production Program Manager shall ensure the associated Test Personnel, Equipment, and Facilities are used for all the required Production Tests. First Article Qualification Test (FAQT) First Article Qualification Test (FAQT), shall be conducted on first FRP system of each variant. The Contractor shall perform FAQT IAW the approved FAQT Plan and Procedures, provided as GFI. The Contractor shall own or have access to equipment and facilities capable of performing FAQT. The Contractor shall use the FAQT Plan and Procedures provided as a baseline, updating only as required for successful First Article Test completion. The Contractor shall submit a First Article Qualification Test Plan and Procedures. The Contractor shall document the results in the FAQT Report. Functional Evaluation/Acceptance Test (FE/AT) Requirements All systems shall be subjected to a Functional Evaluation/Acceptance Test (FE/AT), provided as GFI. FE/AT shall be conducted after each produced system has successfully completed the required testing. The purpose of functional evaluation is to verify that key performance attributes are met. Functional evaluation will include tests to verify: a. System Timing b. System Zeroization c. Power output (test frequencies across full spectrum) d. Received sensitivity (test frequencies across full spectrum) e. Functionality of Control and display Unit (CDU) controls f. CDU display is fully functional g. Voltage Standing Wave Ratio (VSWR) h. Global Positioning System (GPS) operational i. Loading of loadset j. Operation of all Built In Test (BIT) modes (e.g. P-BIT and S-BIT) k. Acceptable noise levels The Contractor shall provide the Government with a FE/AT Test Report with functional results. Environmental Stress Screening All produced systems shall be subjected to environment stress screening. The purpose of environment stress screening is to detect and correct latent manufacturing defects (marginal and defective parts, workmanship defects, and other non-conforming anomalies). MIL-HDBK- 2164A paragraphs 5.1.1 and 5.1.2 shall be used to conduct environmental stress screening. During thermal testing of operational environment stress screening, the item shall be cycled through operational modes while simultaneously being subjected to environmental thermal and vibrational stresses. Environment stress screening shall be tailored to meet program requirements and conducted to include, at a minimum, five (5) cycles with the last three (3) failure free. The Contractor shall conduct a vibration response survey in preparation of the environment stress screening procedure to ensure that environmental stress screening does not exceed design limits. The Contractor shall conduct a thermal survey to determine appropriate dwell time for temperature stabilization. At the completion of environment stress screening, FE/AT shall be completed and delivered to the Government. Production Reliability Acceptance Test (PRAT) Each system produced shall be subject to a Production Reliability Acceptance Test (PRAT), provided as GFI. PRAT shall be conducted after each produced system has successfully completed Environmental Stress Screening. The purpose of PRAT is to identify deficiencies in design, components, materials & workmanship introduced over the course of the production program. PRAT shall allow verification of key operational performance characteristics of each system under environmental stresses. Environmental stresses shall be combined whenever possible. The Contractor shall test each system in accordance with paragraph 5.11, MIL HDBK-781A, Test Plan XVIII-D, and Figure 35. Test duration shall be the completion of three (3) mission profiles (defined in the Performance Specification). Cumulative equipment operating time and equipment failures shall be recorded and plotted on the chart of the approved test plan. The Contractor shall provide updates to the Government provided PRAT Plan and provide PRAT Test Reports. PRAT closeout for each system under test shall be the completion of FE/AT. Upon successful completion of at least 2 production lots with diminishing reject events, the Contractor shall submit a request for conversion to a lot sample PRAT. Sample sizes for mounted, fixed site and dismounted shall be in accordance with MIL-HDBK-781A, Paragraph 5.4.2.2(b). Reliability and Maintainability (R&M) Program The Contractor shall develop and maintain a Reliability and Maintainability (R&M) Program using guidance from GEIA-STD-0009, to ensure the JCREW I1B1 system design continues to comply with R&M requirements defined in the Performance Specification. The Contractor shall plan, implement, and manage the continuing R&M engineering effort that assures the satisfaction of system requirements. The Contractor shall track actual LRU/LRM failure rates using information obtained from production testing and during subsequent repair process. Any approved design changes shall require updates to the following R&M tasking: a) Updates to GFI items: 1. Reliability Stress Prediction 2. Reliability Block Diagram 3. Reliability Critical Items List 4. Failure Modes, Effects and Criticality Analysis (FMECA) 5. Maintainability Predictions b) Track Testing results for: 1. Environmental Stress Screening (ESS) 2. Production Reliability Acceptance Test (PRAT) 3. Functional Evaluation/Acceptance Test (FE/AT) 4. Failure Reporting, Analysis and Corrective Action System (FRACAS) Failure Modes, Effects, and Criticality Analyses (FMECA) The Contractor shall maintain the existing Failure Modes, Effects, and Criticality Analyses (FMECA), provided as GFI, to address any approved design changes introduced during manufacture and sustainment of the I1B1 systems. Failure Reporting, Analysis and Corrective Action System (FRACAS) The Contractor shall develop a Failure Reporting, Analysis and Corrective Action System (FRACAS) and adhere to this closed loop failure reporting system for the duration of the contract. MIL-HDBK-2155 may be used as a guide in development of the FRACAS Plan. If the Contractor has an existing FRACAS Process, development of a new plan is not required. The Contractor shall employ procedures for analysis of failures to determine root cause, and documentation for recording corrective actions taken. FRACAS shall include uniform failure reporting, root cause failure analysis reports and corrective actions. All hardware/software/firmware failures from system level down to the component level shall be subject to these requirements throughout the life of the contract. The Contractor shall provide for visibility and traceability of all reported failures and BIT anomalies from discovery to close-out. All failure and BIT anomalies analysis reports shall be closed out within sixty (60) days of occurrence, or rationale provided for any extensions. The Contractor shall notify the Government, in writing, within twenty-four (24) hours of any critical failure which impacts cost, schedule, producibility, interface, performance, or safety. The Contractor shall report the FRACAS failures that are not defined as critical to the Government, in writing, within ten (10) working days from occurrence. The Contractor shall record FRACAS failures, Analysis, and Corrective Actions Failures, BIT anomalies (e.g., BIT failure to detect, BIT failure to isolate properly, and BIT false alarms), or non-conformances experienced from the end item level (LRU/LRM or lower) through the system level during manufacture and test through completion of the Contract. The Contractor shall perform failure analyses on all reported failures and BIT anomalies to the level required to determine the cause of failure, define the failure mechanism, and develop corrective actions to eliminate or limit their recurrence. In general, these analyses shall include a physical and failure analysis on electrical and electronic parts. Failure Review Board (FRB) The Contractor shall establish and conduct a Failure Review Board (FRB) IAW the Contractor's approved Failure Reporting, Analysis, and Corrective Action System (FRACAS) Plan and Procedures. The Government shall be an active member of the FRB and shall have the final authority for classification and disposition of all failures that occur during the contract period. All failures shall be presented to the FRB for disposition. The Government shall be notified of the FRB meeting dates at least ten (10) working days in advance. The FRB shall meet as often as necessary. However, the FRB shall not meet less frequently than monthly during any period when open failure reports exist. Failure Reporting The Contractor shall record failures, BIT anomalies (i.e. BIT failure to detect, BIT failure to isolate properly and BIT false alarms) or non-conformance experienced from the end item level (LRU or lower when spares are procured) through the system level during manufacture. MIL-HDBK-2155, paragraph 5.1 shall be used to report the minimum data for each failure occurrence. Failure Classification All failures shall be classified as relevant or non-relevant. Relevant failures shall be further classified as chargeable or non-chargeable. Classification of failures shall be proposed by the Contractor and forwarded to the procuring agency for approval. Failure Analysis The Contractor shall perform root cause failure analyses on all reported failures and BIT anomalies to the level required to determine the cause of failure, define the failure mechanism and develop corrective actions to eliminate or limit their recurrence. In general, these analyses shall include a physical failure analysis on electrical and electronic parts. The analyses of parts shall as necessary include electrical failure verification, dissection, microphotography, and adequate chemical and metallurgical analysis to define the failure mechanism (e.g. most fundamental cause). Records of failure analyses, including causes and effects, shall be maintained by the Contractor within the FRACAS process and provide failure analysis results and data to the R&M and BIT-related design analysis functions. Corrective Actions The Contractor shall develop and implement effective corrective actions to eliminate or minimize recurrence of all failures, faults and BIT anomalies. Corrective actions shall meet the following criteria: a. Be established (analytically or by test) as an effective corrective action to the satisfaction of the Government b. Be scheduled for incorporation into all subsequent production equipment via official change controls (i.e. ECPs) as approved by the Government c. Must adequately address performance, cost, and schedule impacts for new equipment deliveries and to implement corrective action in previously delivered equipment. Quality Management Planning The Contractor's quality management program shall be in compliance with applicable ANSI/ISO/ASQ 9001:2008 standards or higher. Registration is preferred, however not required. All manufacturing processes and quality systems procedures shall also be IAW applicable ANSI/ISO Standards. The Contractor shall flow all quality system requirements down to sub-tier suppliers. Integrated Logistics Support (ILS) The Contractor shall establish a Logistics Product Data (LPD) program that complies with and updates ILS documentation provided as GFI, as part of the change management process. The GFI provided includes: Technical Manuals, Training Materials, and Logistics Product Data (LPD). Impacts to the ILS product support elements shall be considered and documented during the change management process. Technical Manual updates shall be IAW MIL-STD-40051-2B. Training Material updates shall be IAW Instructional Systems Development (ISD)/Systems Approach to Training (SAT); a systematic approach which supports DODI 1322.20, DODI 1322.26, MIL-PRF-29612B, and MIL-HDBK 29612-2A. LPD updates shall be IAW SAE GEIA-STD-0007-B, SEA GEIA-HB-0007-B, and SAE TA-HB-0007-1. The Contractor shall use the PowerLOG-J tool (https://www.logsa.army.mil/lec/powerlog), or equivalent, when updating the LPD Database, provided as GFI. Item Unique Identification (IUID) The Contractor shall include Item Unique Identification (IUID) markings on JCREW Systems and Line Replaceable Units (LRU) via Wide Area Work Flow (WAWF) IAW DFARS 252.211-7003 and the TDP. The Contractor shall maintain marking and verification records for all IUID qualifying items manufactured on this contract. These records shall be available for inspection by the Government at all times. Packaging, Handling, Storage, and Transportation (PHS&T) The Contractor shall establish and maintain a Packaging, Handling, Storage, and Transportation (PHS&T) program IAW MIL-STD-2073-1E, DoD Standard Practice for Military Packaging and ASTM D 3951-10 (2010), Standard Practice for Commercial Packaging guidance, and the JCREW I1B1 PHS&T Plan to be provided as GFI. The Contractor shall implement radio-frequency identification (RFID) on all shipments IAW DFARS Clause 252.211-7006 and MIL-STD-129P. Configuration Management The Contractor shall develop and implement a Configuration Management (CM) Program, guided by MIL-HDBK-61A and EIA-649-1, which adheres to the processes defined in the JCREW I1B1 CM Plan, provided as GFI. The Contractor's change management process shall be capable of processing required configuration changes in a time frame that enables identification, evaluation, and implementation of proposed changes without impact to production schedules. Obsolescence Management The Contractor shall identify obsolete components during procurement of material and document the results in Source Data for Forecasting DMSMS. The Contractor shall install nomenclature and identification plates IAW the Government provided TDP. Engineering SUPPORT Services The Contractor shall provide technical and engineering support services as directed by Government issued Technical Instructions (TI). IAW TIs, the contractor may be required to provide the necessary personnel, equipment and facilities to execute: insertion of new technologies (TIE); configuration changes; refurbishment of hardware; procurement of materials; inventory control; generation of test, status, financial and logistics documentation; verification of system operational specifications; sustainment engineering; vehicle installation and integration; updates to training materials; travel and field support. The contractor shall provide a status of the following Engineering Support Services in the Contractor's Progress, Status and Management Report: Total cost expended by authorized TI Total hours expended by authorized TI Summary of any TI issues encountered Estimate of percent complete by authorized TI Summary of work accomplished by authorized TI Engineering support services tasking may include a requirement for a technical report at the conclusion of the effort. Reporting shall be provided in the Contractor's Progress, Status and Management Report. Management The Contractor shall assign a qualified Program Manager (PM) who shall have complete responsibility for the planning, execution, control and reporting of all aspects of the program, and for directing in-house and subcontractors' efforts. The PM shall ensure all requirements are applicable to the components/parts as specified herein for all items procured. The PM shall ensure that subcontractors', suppliers', and vendors' procedures are compliant with all contract requirements. The Contractor shall maintain the Integrated Master Schedule (IMS) as a management document from each CLIN award/exercise through its period of performance. The Contractor shall provide status updates to the IMS that describes the status of the planned IMS events and milestones, accomplishments, activities, and current and potential issues, if any. The IMS shall provide most likely start dates and durations for each IMS activity and event, but shall also identify significant risk factors and their potential schedule impacts, when applicable. Program Security Effective Program Security requires the Contractor to address a variety of security disciplines - Program Protection Planning, Security Systems Engineering (SSE), Information Assurance (IA)/Cybersecurity, Information Security, Key Management, and Operations Security enabled by the DoD Safe Array Security Classification Guides, National Industrial Security Program (NISP) (DoD 5220.22-M), and the OPNAVINST 5513.8C DoN List of Security Classification Guides for Electronic Warfare Programs. Contractor shall handle and store classified material up to the SECRET Level. International Traffic in Arms Regulations (ITAR) The Contractor shall be solely responsible for obtaining any State Department approvals, licenses, Technical Assistance Agreements (TAA), etc., required by the ITAR. The Contractor shall be required to brief foreign personnel assigned to PMS 408 and the DoD. ANSWERING THIS SOURCE SOUGHT: Interested Small Business Contractors shall respond describing their facility, personnel, production, engineering, and financial capabilities. Send responses to Brendan Kittredge and LCDR Krysten Ellis via email to brendan.kittredge@navy.mil and krysten.ellis@navy.mil. Responses shall be in PDF or Microsoft Word Format and limited to 25 pages or less (excluding cover and administrative pages); 1-inch margins; and 12 point font (or larger). In order to be considered in this market survey, your response shall be submitted on or before 20 May 2016 by 14:00 hours (Eastern) and shall address and contain the following: (1) Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. (2) Demonstrate that the contractor possesses a facility security clearance issued by the Defense Security Service at the SECRET level. (3) Demonstrate that production by the contractor will be performed at an ISO 9001-2008 approved facility. (4) Address and discuss previous experience in producing products of similar complexity as related to the requirements herein. A demonstration of the contractor's experience producing, assembling, testing and delivering equipment similar in size, complexity, scope, and throughput to JCREW I1B1 systems. Identify the Government contract number(s) and the contact information for the contracting officer (phone number and email address). (5) The Contractor shall demonstrate throughput and the capability/capacity to handle the physical components of the system, as well as how the facility can support the Government's required production rates and lead times. The Offeror shall provide evidence of its ability to produce quantities at the required rate, and provide a plan for producing quantities up to 100 units per month. The contractor shall demonstrate that it has the capability and capacity to produce units over five years, within the required delivery dates. The JCREW I1B1 systems have not-to exceed delivery dates of twenty-two (22) months from order execution if units are subject to first article requirements. The contractor shall provide the current backlog and dollar value of government and commercial contracts on hand, including projected quantities and a summary description of supplies. The production rates and lead times identified above are required to meet Navy, Air Force, and other Federal organization program schedules. (6) Provide a top-level manufacturing plan and work flowchart demonstrating throughput and major process activities, beginning with contract award through delivery of the maximum required monthly quantities as identified above. The Contractor shall demonstrate its technical approach to successfully complete a Production Readiness Review (PRR) no later than 8 months after contract award. (7) The Contractor shall demonstrate its technical approach and experience in testing complex electronics and complex radio frequency (RF) electronics through automated testing at circuit card assembly (CCA), module, and system levels to conclude with the Functional Evaluation/Acceptance Test (FE/AT). The Contractor shall demonstrate its technical approach to tune RF CCA's that require Select-in-Test components to meet the Performance Specification. The Contractor shall demonstrate its technical approach to performing testing in accordance with MIL-STD-810F (or G) to include thermal, altitude, shock, and vibration to successfully complete the First Article Qualification Test (FAQT) and Production Reliability Acceptance Test (PRAT). The Contractor shall demonstrate its technical approach to deliver the required system to meet the Physical Configuration Audit (PCA). The Contractor shall demonstrate, through experience with production requirements similar in scope, size and complexity, its ability to meet all of the engineering requirements of this requirement. (8) The contractor shall demonstrate that it has the financial capability to perform the required throughput capacity of 100 units per month, as required, over five years of the contract, if all options are exercised. Specifically, the Contractor shall identify how it would finance the ordering of material (including the financial method of managing the make-or-buy decisions) in advance of Progress Payments in accordance with small business DFARS clause 252.232-7004. The contractor shall provide the government with its most recent following financial statements: balance sheet, statement of cash flows, and income statement. If the contractor does not maintain the above statements, it shall provide the equivalent, non-public financial statements that comply with the U.S. Generally Accepted Accounting Practices (GAAP) for Private Companies guidance as promulgated by the Financial Accounting Standards Board (FASB) and the Private Company Council (PCC). (9) The contractor shall provide evidence that it is capable of providing program management oversight and engineering support to ensure all work conducted within this contract is planned and executed in a manner that will achieve all management, quality, technical, logistics, cost, and schedule objectives. The contractor shall provide evidence that it is capable of providing the following: · Management oversight consists of the following deliverables and Engineering Support Services: · Subcontractor Management · Monthly Progress, Status and Management Reports · Meetings · Data Management · Technical Documentation and Maintenance · Security Management · Risk Assessment and Management · Integrated Master Schedule (IMS) · Program Security (10) JCREW I1B1 systems are life-saving equipment; as such the program has a robust Technology Insertion (TI) requirement to ensure the warfighter has the very best equipment. TI's are planned every 18 months to pace the commercial technology market, allowing JCREW to maintain dominance of the Radio Frequency (RF) spectrum during Counter-IED operations. In addition to this routine TI cycle it should be anticipated that additional TI's may be required to rapidly respond to real world events across the globe, as unforeseen threats emerge. The contractor shall demonstrate its ability to surge staffing in support of complex engineering development tasks through previous experience on systems of similar complexity, requiring rapid prototyping, design, integration, production and deployment. The contractor shall demonstrate its ability to maintain a Level III Technical Data Package (TDP) and develop and maintain work instructions. The contractor shall demonstrate the ability to monitor, identify, plan for, and resolve Diminishing Manufacturing Sources and Material Shortages (DMSMS) and Obsolescence issues via an Engineering Change Proposal (ECP) to include complex electronics and complex RF electronics. The Contractor shall demonstrate its ability to provide technical and engineering support services as directed by Government issued Technical Instructions (TI). IAW TIs, the contractor may be required to provide the necessary personnel, equipment and facilities to execute: Technology insertion of replacement and/or upgrade of system computing hardware, associated middleware/firmware, and radio frequency (RF) hardware to take advantage of technology advances in capability to include integration and test of digital and RF electronics; configuration changes; refurbishment of hardware; procurement of materials; inventory control; generation of test, status, financial and logistics documentation; verification of system operational specifications; sustainment engineering; vehicle installation and integration; travel and field support. The Contractor shall demonstrate its technical approach to perform the design and/or integration of the new or updated Technology Insertion of hardware and software components of the system that are developed by the Contractor, Government, and Third party sources. DISCLAIMER AND IMPORTANT NOTES: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-6327/listing.html)
- Record
- SN04106866-W 20160507/160505234400-7e28e8b5da139749c339539e903a808b (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 |