Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
SPECIAL NOTICE

20 -- Systems Engineering & Integration (SE&I) RFI

Notice Date
6/30/2017
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
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
N0002417R6404
 
Archive Date
8/19/2017
 
Point of Contact
Samuel Kistner, Phone: 2027813130, Patricia L. Stephens, Phone: 2027813941
 
E-Mail Address
samuel.kistner@navy.mil, patricia.l.stephens@navy.mil
(samuel.kistner@navy.mil, patricia.l.stephens@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY ACTUAL PROCUREMENT OF MATERIALS, MACHINERY, OR SERVICES. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. However, the Government is actively seeking information on potential sources of the services described below. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding parties' expense. 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 RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future competitive solicitation, if one is issued. Specific responses to the contractor's approaches for meeting this requirement will not disqualify or have an impact on participation and evaluation on future solicitations. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. If a solicitation is issued, it will be announced later via Federal Business Opportunities (FedBizOpps) and all interested parties must respond to that solicitation announcement separately from the responses to this RFI. BACKGROUND: The NAVSEA Program Executive Officer, Submarines (PEO SUB), SUB-S is the Program Office responsible for combat systems integration on all classes of U.S. submarines and the manager of this Systems Engineering & Integration (SE&I) contract. NAVSEA is planning the procurement for C3I system interface engineering, C3I systems interface configuration management, C3I Technology Insertion hardware engineering services, and C3I system interface integration and test services in support of System Warfare Federated Tactical Systems (SWFTS). The contractor performing this function will be called the SE&I agent. Modern submarine combat system components are acquired by a diversified group of Government and private party (shipbuilder) organizations from a variety of electronics suppliers, and must be integrated to produce a fully functional, effective, and suitable multi-mission warship. Starting with the inception of the first open system networked combat system for the VIRGINIA Class SSN, PEO SUB has outsourced SE&I to industry. PEO SUB has a continued need for this work scope which has been expanded to include all classes of submarines. Specifically, included in this procurement are the following efforts: • Manage multiple C3I interface baseline software, which are at various points in the systems engineering lifecycle (prototype, design, in-service, etc.) • Deliver software license agreements (SLA) for all C3I software. • Manage the combined system integration schedule and provide resource coordination. • Participate in the PEO SUB Integrated Product and Process Development (IPPD) Integrated Product Teams (IPTs). Provide a System of System (SoS) Engineering perspective and recommendations for the overarching SWFTS effort that consider technical, logistics, and certification aspects. • Execute the SE&I agent role to manage the baseline change control process involving SWFTS subsystem participants. • Maintain the interface definition database containing subsystem to subsystem interface definitions, including maintaining core products for the approved interfaces in support of subsystem development as stated in the draft Statement of Work (SOW) and referenced addenda. • Participate in the IPT structure to coordinate changes, facilitate problem resolution, and draft reports. • Employ use of the existing Model Based System Engineering (MBSE) database tool to reduce Contractor cycle time and improve accuracy, design, and management time. • Provide leadership for Technology Insertion planning via leadership of the Technology Insertion IPT and provide recommendations to focus SWFTS level commonality for hardware, resource sharing, and reduction of installation timeline. • Assess and forecast SoS integration and test scope and provide Test Requirements Document (TRD) and Test Plans for supporting SWFTS SoS level requirements verification. • Participate in the Joint Test Group and associated responsibilities and provide resources to execute System Level Testing for SWFTS. • Develop and maintain SoS level procedures and provide support in problem tracking, adjudications, and prioritization. Maintain SoS problem tracking database. • Stay abreast of developments in new automated tools and maintain and enhance existing tools lets in support of SWFTS Integration and Test (I&T). • Maintain an existing SoS System Requirements Verification Matrix (SRVM). • Provide engineering analysis and recommendations for re-architecture and modernization of existing SoS infrastructure components in accordance with needs identified by SWFTS architecture team to enable more flexible and seamless updates to capability at a reduced cost. • Participate in platform-level integration and test of the SWFTS system with other external-interfacing electronic subsystems. • Provide technical analysis and troubleshooting for modernization and new construction system installation and test periods. • Perform continuous surveillance of contract cost and schedule risk and C3I integration technical risk. • Propose, identify, track, and measure key technical performance parameters deemed critical to SWFTS SoS effectiveness and suitability. • Review functional, information assurance, and operational requirements prescribed by the Government and perform engineering synthesis which decomposes them into SWFTS sub-system level allocations. • Stay abreast of combat system development and modernization plans via active participation in the Team Submarine IPPD structure and formulate integration alignment assessments to identify any sub-system configuration incompatibility associated timing or configuration based misalignment of the Navy development and modernization plans as they evolve. PURPOSE: NAVSEA issues this RFI to identify and help determine the interest, technical capability, and qualifications of Industry to meet the Government's needs for the above-described SE&I efforts. NAVSEA is providing the above summary of the work required under this planned procurement and a draft SOW, referenced addenda and notional schedule associated with this planned procurement for informational purposes only. No comments, questions, or inquiries shall be made to any Government person other than the point of contacts identified in this synopsis. The draft SOW, referenced addenda, and notional schedule will only be provided upon request. All parties interested in viewing these documents shall email Mr. Douglas Stone (douglas.a.stone@navy.mil), Mr. Joseph Soler joseph.soler@navy.mil and Mr. Samuel Kistner (Samuel.kistner@navy.mil) a PKI signed message requesting the documents. The subject line of the email should read "Systems Engineering and Integration Request for Information". A valid PKI certificate is required to request access. You must be a US Citizen or Permanent Resident Alien. Please allow 1 to 2 business days for access to be granted. No person may have access to the draft SOW, referenced addenda and notional schedule unless that person has been determined to have a valid need for such access in connection with the accomplishment of a lawful and authorized Government purpose. Printed and electronically stored documents must be protected IAW DoDM 5200.01, Vol. 4, Controlled Unclassified Information (CUI). INFORMATION SOUGHT: Respondents are requested to review the above summary, draft SOW and referenced addenda, and the notional schedule in order to provide the following information: I. Company Qualifications and Experience: a. Describe your capabilities and experience with developing, managing, and integrating interface baselines, complex networked software systems from independent developers using Open Systems Architecture (OSA) concepts on COTS hardware and delivery to System Integrators for System and SoS Level testing and production delivery. Your response should address the concerns, challenges, risks and dependencies (within the context of both modernization and new construction environments and across all submarine platform configurations) for upgrading existing fielded system interface baselines to a subsequent baseline in an environment involving different sub-system upgrade business models. b. Describe your capabilities and certifications with: model-based systems engineering (MBSE) approaches for developing, managing, and integrating interface baselines for complex networked federated software systems across multiple ship classes and variants; establishment and maintenance of www-accessible contactor-managed information systems for secure publishing and transmission of data and collaborative tools for configuration-controlled electronic interface data and hardware technology insertion data; quality processes; failure analysis and corrective action processes, problem trouble reporting processes, and configuration management processes. c. Describe your experience working directly with Government organizations and integrators using Government and Contractor facilities (including test equipment) for Subsystem and System Level Tests. d. Describe your experience and approach for developing a comprehensive Test and Evaluation program to include integration with SWFTS subsystems and execution of SWFTS test events. e. Describe your facility's (or subcontracted facility) capabilities and certifications necessary to meet the requirements for C3I integration and test of U.S. Navy tactical hardware and software (or equivalent) at the SoS level encompassing the following SWFTS subsystems: • AN/BYG-1 Combat Control System • Sonar (Sound Navigation and Ranging) • Improved Submarine Imaging System (ISIS) • Radar (BPS-16) • Radar (BPS-15) • Electronic Support Measures (ESM) • Automatic Identification System (AIS) • Ring Laser Gyroscopic Navigation/Enhance Control Display Unit (RLGN/ECDU) • Time Frequency Distribution System (TFDS) • Voyage Management System (VMS) • Global Command and Communications System - Maritime (GCCS-M) • Radio Room (External Communications System) • Common Weapons Launcher (CWL) • Ship Control • Submarine Local Area Network/Consolidated Afloat Navy Enterprise System (SUBLAN/CANES) • Circuit D (Block 1/II) (CKTD (BLKI/II)) • Data Processing Systems (DPS) Explain how your facility is able to meet, at a minimum, requirements for performing C3I SoS Level Testing of multi-subsystem functionality across various baselines and platform configurations (SSN 688, SSN 688I, SSGN, SEAWOLF, VIRGINIA, SSBN, and COLUMBIA) for the above tactical systems (or equivalent). II. Technical Approach: a. Provide your overall technical approach to the requirement as outlined within this notification and in the draft SOW with referenced addenda. b. Describe your systems engineering approach to analyze functional and operational requirements prescribed by the Government and synthesize new electronic interface requirements. Discuss the method used once these requirements are decomposed to allocate and track them for validation testing, as well as determine if new or modified technical performance measures need to be addressed. c. Describe innovative methods for reducing cost and optimizing innovation for the SE&I Agent efforts. d. Describe your approach for managing change within the interface baseline to allow efficient subsystem integration for SWFTS Systems. e. Describe your approach for developing a comprehensive Test and Evaluation program to include integration with SWFTS subsystems and execution of SWFTS test events. Address the overall Test and Integration approach for planning and performing C3I SoS Level Testing of multi-subsystem functionality across various baselines and platform configurations (SSN 688, SSN 688I, SSGN, SEAWOLF, VIRGINIA, SSBN, and COLUMBIA). Describe how the System Requirements Verification Matrix will be used during System Level Tests and System Integrated Tests to provide 100% test coverage and the extent and basis for any overlap or redundancy. Conversely, when limitations or "holes" in land based test facility hardware exists, describe the approach to quantify and manage the risk. f. Describe your risk management approach for execution of contract deliverables as related to cost, performance and schedule. III. Data Rights: For the technical approach outlined in Section II above, provide details on any limitations of technical data rights, specifically proprietary information. IV. Other: a. The Government will consider all comments received on the draft SOW and referenced addenda. The Government does not commit to providing a response to any comment. The Government IS NOT soliciting questions or offers at this time. Any subsequent revision to any specification or Statement of Work based on comments received remains solely at the Government's discretion. SUBMITTAL INSTRUCTIONS: Respondents to this RFI should adhere to the following details. Interested parties are requested to respond with a white paper in the following format: Microsoft Word for Office 2003 (or newer) compatible; 20 pages or less (including cover and administrative pages); 1-inch margins; and 12 point font (or larger). Interested parties should provide a company profile to include the following: Company Name; Company Address; Cage Code; Website address; Points of Contact with names, email addresses, and telephone numbers; Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.); and Level of Facility Clearance. All information submitted in response to this RFI shall be submitted on or before 2:00 PM (EST) 04 August 2017. Submit information both in hardcopy and on CD or DVD labeled with the RFI number N00024-17-R-6404 by mail to Sam Kistner and Patti Stephens at their respective mailing addresses below. Telephonic or email responses are not acceptable. Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Mailing Address: COMMANDER NAVAL SEA SYSTEMS COMMAND ATTN: PATTI STEPHENS/SEA 02644 1333 ISAAC HULL AVENUE SE STOP 2050 WASHINGTON NAVY YARD, DC 20376-2050
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002417R6404/listing.html)
 
Record
SN04564835-W 20170702/170630234701-05f3991395942abd28eb36a3a077621f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.