SOLICITATION NOTICE
58 -- JCREW I1B1 Full Rate Production
- Notice Date
- 6/2/2016
- Notice Type
- Presolicitation
- 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
- 7/29/2016
- 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
- Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One (I1B1) - Full Rate Production The Department of the Navy has a requirement for a Full Rate Production (FRP) build-to-print (BTP) effort for the Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One (I1B1) System of Systems (SoS). The JCREW SoS approach includes three distinct capabilities that utilize common components, software and hardware solutions for an open, flexible, and compatible system design approach that is modular, interoperable and affordable. The three capabilities are: mobile dismounted operations (e.g. manpack), mobile ground transport and combat systems (e.g. mounted), and semi-permanent geographical area (e.g. fixed) devices. The JCREW SoS will be employed throughout the future operating environment, supporting U.S. Forces' dominance over the electromagnetic spectrum, and will not require new or unique communications systems, but will operate within the bandwidth and quality of service of current and future systems. The requirement includes all materials, equipment, tooling, personnel and facilities necessary to build and test the types and quantities of deliverables specified as well as the capability to design fabricate, integrate and test candidate technologies as part of the JCREW Technology Insertion/Refresh plan. The requirement will support system FRP of up to 1000 units of each variant per year, using a validated Technical Data Package (TDP), established under the Low Rate Initial Production effort. FRP Offerors must have the facilities to design, fabricate, integrate, test and deliver the types and quantities of systems, spares and support equipment, and training materials specified. The effort includes Depot Repair services and engineering support services necessary to integrate Technical Insertion/Refresh plans. Options for this proposed action will be similar to the base effort, up to 1000 units of each variant per year, but would add additional delivery and period of performance timeframes for future BTP support. The RFP will be published in FEDBIZOPS at http://www.fedbizopps.gov. Interested Offerors should watch FEDBIZOPS for the release of the RFP. The Government is in the process of finalizing market research and the RFP is anticipated for release in fourth quarter Government Fiscal Year (GFY) 2016, with award anticipated in fourth quarter GFY 2017. The Government anticipates awarding a predominantly Fixed Price contract based on best value with a tradeoff source selection process. The period of performance for the base award is estimated to be 22 months after contract award and an estimated 22 months for each option, if exercised.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-6327/listing.html)
- Record
- SN04136725-W 20160604/160602235131-81b66264bf40d4ebb4ea2eb18e7ac622 (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 |