SOURCES SOUGHT
14 -- Request for Information - MK 99 Fire Control System
- Notice Date
- 2/13/2018
- 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
- N00024-18-R-5117
- Archive Date
- 3/28/2018
- Point of Contact
- Eric Horan, Phone: 7036045875
- E-Mail Address
-
eric.horan@navy.mil
(eric.horan@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) as defined in FAR 15.201(e). The Government is requesting information regarding industry's capabilities and related experience for production and engineering of the Navy's future MK 99 Fire Control System (FCS) beginning in FY 2021. The primary efforts include the production of Continuous Wave Illuminator (CWI) radar transmitters, Data Converter Cabinets (DCC), ancillary equipment and spares for the MK 99 FCS, as well as associated engineering services to update and maintain the MK 99 FCS Technical Data Package (TDP), and to provide technical data for the follow-on configuration to the MK 99 FCS TDP. The USN program provides the equipment which generates RF energy and supplies X-band frequency at nominal power to the Director Group Antenna for target and missile illumination. This is shipboard tactical equipment which meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. and Foreign Military Sales (FMS) ships to include destroyers. The applicable NAICS code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. RFI Purpose: The Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office Integrated Warfare Systems (PEO IWS) has issued this RFI to gauge industry interest and capability in providing build-to-print production and associated engineering efforts for the USN's future MK 99 FCS. In addition, the Government seeks industry input on the potential barriers to their participation in a future competitive procurement. PEO IWS is interested in the full potential of industry responses including those from small businesses. The scope of work requires demonstrated experience with the production, integration, assembly, test, design, and logistical support.. Due to the nature of this requirement, the company will need to demonstrate the required level of technical expertise and the production capability necessary to deliver the fully tested equipment on time to meet shipyard schedules. Interested parties shall address the following in the RFI submission: 1.Company Information a.Provide company name, address, DUNS number, CAGE code, tax identification number, designated representative name(s) and point of contact, including phone numbers and e-mail addresses. b.Provide number of employees employed by company, and annual revenue/receipts for the last three (3) completed company fiscal years. c.Identify contracts within the last five (5) years with similar scope, provide brief overview of company responsibilities, and provide relevant CPARS data from the most recent 3 years. d.If a small business under NAICS code 334511, identify type of small business (e.g. 8(a), Hubzone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned). 2.Required Experience and Performance Capability a.Production of equipment If a contract is awarded, the company will be provided a (Level III) USN TDP for MK 99 FCS for first article build, test and subsequent full-rate production. Submissions should provide an overview of your company's experience and capabilities for producing shipboard equipment, including specific experience in delivering high power Continuous Wave (CW) X band RF energy and receiving antenna power detect signal using a Government provided TDP. The overview should describe current or past contracts providing the following requirements: i.RF Tactical Equipment production ii.Test capabilities iii.Facility Capabilities and Security requirements for Communication Security, COMSEC, equipment classified as SECRET Interested companies must also summarize their USN (or DoD) contracts and production capacity to support the following activities. Companies may describe experience in hardware production programs for other branches of the military to demonstrate the company's capabilities. Manuals and Instructions referenced below may be provided upon request. iv.Managing all design and production aspects of the MK 99 FCS production program, v.Providing systems engineering to design, develop, test, qualify, produce, deliver and support MK 99 FCS, vi.Conducting formal design and test reviews in accordance with the PEO IWS/NAVSEA 05H Technical Requirements Manual (TRM), vii.Implementing and maintaining a Configuration Management (CM) program in accordance with NAVSEAINST 4130.12B, viii.Managing obsolescence to include a Diminishing Manufacturing Sources and Material Shortages (DMSMS) plan and metrics, ix.Implementing and maintaining a Reliability, Maintainability and Quality Assurance (RMQA) program, x.Planning and implementing a production program, xi.Conducting Life Cycle Cost (LCC) analyses and updates, and xii.Integrated Logistics Support (ILS) related technical data, technical publications and supply support analyses such as technical manuals, maintenance procedures/instructions, repair parts lists, tool lists, and provisioning documentation b.Engineering Services to define and update a TDP While the build-to-print production efforts comprise the primary requirements, the Government will require associated engineering support in updating the build-to-print TDP over the course of the contract. Describe the company's capabilities and experience in providing engineering services for developing and updating TDPs, with specific emphasis on tactical processing, storage, data distribution, and network equipment. Engineering Services may include periodic updates to or maintenance of the MK 99 FCS TDP to address production component obsolescence, and delivery of technical data required by the Navy to define the follow-on configurations to MK 99 FCS. The Navy is interested in the company's analytical and documentation process for TDPs. To that end, the company response should address experience with defining, developing and updating the following: i.Concept Design Documents ii.Developmental Design Drawings and Associated Lists iii.Product and Line Replaceable Unit (LRU) Drawings and Associated Lists iv.Hardware Engineering Design Documents and Parts List v.System, Power and Environmental Requirements vi.Interface Specifications and Requirements vii.Interface Control Drawings viii.Cable Block Diagrams ix.Special Inspection Equipment Drawings and Associated Lists x.Special Tooling Drawings and Associated Lists xi.Integrated Logistics Support (ILS) Documentation c.Production Capability Interested companies shall also 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. Interested companies shall provide evidence to support statements that they have the ability to produce quantities at the required rate, and provide a plan for producing the maximum quantities. A throughput capacity of three (3) shipsets per year is anticipated. Interested companies shall demonstrate that it has the capability and capacity to produce these systems over five years (FY21 - 25) within the required delivery dates. The MK 99 FCS has required delivery dates of twenty six (26) months after receipt of order including all factory level system testing. Interested companies should 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 the Navy surface ship new construction program. 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. d.Barriers to Competition Please identify any obstacles to competition in the areas of engineering processes, production facilities, test facilities or scope of work that would hinder or restrict the company's involvement in a future competitive procurement. In addition, the company should recommend solutions or mitigation paths for the Navy to overcome the obstacles. NOTE: Please limit RFI responses to 10 pages or less, with 1 inch margins, and 10 point Times New Roman font or larger. Industry shall possess a facility security clearance level of SECRET. The Navy is conducting market research to identify qualified and responsible sources that may be interested in the requirements described in this notice. This RFI is issued for informational and planning purposes only and does not constitute a solicitation or a Request for Quote (RFQ). This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records law only if properly labeled as such. RFI Responses: Interested companies should provide a response on or before 4:00 pm, 13 March 2018. Each submission should include one electronic (virus scanned) copy sent via e-mail to Department of the Navy, Commanding Officer, Naval Sea Systems Command, ATTN: PCO Eric Horan, email: eric.horan@navy.mil. Please include the RFI Title in the subject of the e-mail. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-5117/listing.html)
- Place of Performance
- Address: 1333 Isaac Hull Ave, Washington Navy Yard, District of Columbia, District of Columbia, 20376, United States
- Zip Code: 20376
- Zip Code: 20376
- Record
- SN04821021-W 20180215/180213231220-e3e8d36f6152f369168c5359ccb48831 (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 |