SPECIAL NOTICE
58 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MULTI_SPECTRAL IMAGING SYSTEM - 18SNB74_spec note_att
- Notice Date
- 5/10/2018
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016418SNB74
- Archive Date
- 7/25/2018
- Point of Contact
- Casandra O’Neall, Phone: 812-854-3765, Kayleigh Hendrix,
- E-Mail Address
-
casandra.e.oneall@navy.mil, Kayleigh.hendrix@navy.mil
(casandra.e.oneall@navy.mil, Kayleigh.hendrix@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 18SNB74_spec note_att N00164-18-S-NB74 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MULTI_SPECTRAL IMAGING SYSTEM - FSC 5855 - NAICS 334511 Issue Date: 10 March 2018 - Closing Date: 10 July 2018 - 4:00 PM EST The Naval Surface Warfare Center, Crane Division (NSWC Crane) located in Crane, Indiana is conducting market research for vendors with the capabilities and facilities to provide Commercial Off-The-Shelf (COTS), Non-Developmental Items (NDI), or near NDI, for a Multi-Spectral Imaging System (MSIS) installed into a stabilized sensor system to support imaging for DOD and other Federal Agencies. The Government is seeking companies with the capabilities and facilities to provide MSIS components, integration, test, training, and other engineering support. This effort will include delivery of additional units of existing components, modifications to integrate new capability, adaptations of capability from one platform to another, spares, and support for test, training, and operations. The products must be certified for operations by the respective platform owners. The Government has not included development, qualifications, ship certification, and other non-recurring costs to obtain safety, seaworthiness, and production start-up in the budget request for this requirement. The Government is requesting market information for a MSIS. The MSIS's proposed salient characteristics can be found below. The attached document Interested sources must submit substantiation of their ability to provide and sustain all of the capabilities listed below as non-development commodity purchases to support the Government's determination that a source is qualified. The substantiation may include previous deliveries of the capability on ships or test data and analysis that support safety and seaworthiness certification. If development is required and will not be funded with IRAD, a Rough Order of Magnitude (ROM) is requested for the capability to include recurring and non-recurring fees. Regardless of funding provide estimated timeframes for development, LRIP and transition from development to production. Data rights shall also be addressed. This is a Request for Information/Sources Sought Notice (RFI/SS) announcement to determine the availability and technical capability of businesses to provide the required services. Additionally, this notice is being published with the intent to conduct market research, determine the availability of small business concern participation as either prime or subcontractors and promote competition. This RFI/SS is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals and no award will be made as a result of this notice. The Government is not obligated to and will not pay for information received in response to this notice. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Respondents will not be notified of the results of this sources sought notice. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. When/if the Government issues an RFP, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this sources sought. Background Currently the United States Coast Guard (USCG) has fielded EO/IR sensor systems on a majority of cutters from 87' to the National Security Cutter (NSC). The legacy sensors primary mission has been to provide enhanced visual imagery to augment existing electronic sensors. Ancillary uses of the legacy sensors included enhancing the following: low-visibility and night navigation; maritime interception; coastal observation and surveillance; insertion and extraction operations; visit, board, search, and seizure operations; combat search and rescue; identification friend or foe; real-time situational awareness and threat warning; reconnaissance and surveillance; and documenting navigational hazards. Advances in technology, the building of new vessels, and legacy sensors lack of Modular Open System Architecture (MOSA) compliance have made it necessary for the Government to determine what the available market place is to inform requirements. Responses Responses to the RFI/SS shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: Technical Response All interested parties are encouraged to submit company and product literature, a white paper addressing the below information, and/or other pertinent information. Each white paper should include at a minimum: 1. Cover page, including company name and address, proposal title, project being addressed, technical and administrative points-of-contact, along with email address, telephone and facsimile numbers. (Note: provide one mailing address to use for any Government notification letters). 2. Description of the system 3. End product physical and performance technical data 4. How the system meets the desired performance requirements stated above a. If the MSIS being put forth is not currently MOSA, address willingness and ability to conform should this be a requirement vs. objective of any resultant RFP. b. Substantiation of their ability to provide and sustain all of the capabilities listed above as non-development commodity purchases to support the Government's determination that a source is qualified. The substantiation may include previous deliveries of the capability on ships or test data and analysis that support safety and seaworthiness certification. 5. Scope of any development effort required to meet spec a. If development is required and will not be funded with IRAD, a Rough Order of Magnitude (ROM) is requested for the capability to include recurring and non-recurring fees. Regardless of funding provide estimated timeframes for development, LRIP and transition from development to production. Data rights shall also be addressed. 6. Company past performance in this area detailing at minimum three (3), and maximum five (5), recent (within the last 3-5 years) accomplishments and work which are in any way relevant to the effort. This should include previous cost and schedule performance, contract numbers, and appropriate points of contact with their phone and/or e-mail address. 7. Estimated or actual mean time between system failures 8. Maintainability characteristics, including support equipment requirements 9. Integration/interface methodology 10. Design provisions to support incremental upgrades, including growth potential 11. Technology insertion opportunities 12. Options for life-cycle sustainment support utilizing existing commercial and/or Government (Department of Defense (DOD)) infrastructure 13. Rough Order of Magnitude (ROM) costs for unit pricing, production lead time, and repair after warranty. 14. Environmental & Safety qualification testing summary The Government anticipates award of this requirement in July of FY19. If a requirement is developed and an RFP issued, a ten (10) year single award IDIQ contract is anticipated to include production and sustainment requirements in order to evaluate an overall cost and administrative burden to the Government of procuring a system from a single source versus a multiple award contract. The Government anticipates a best value evaluation process requiring a product sample, written proposal, cost/price, past performance and small business participation for award evaluation. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. Contract Strategy Response The Contracting Officer is also interested in feedback regarding contract strategy. A separate contract strategy white paper shall be submitted to the contracting POC listed below and should include at a minimum: 1.Cover page, including company name and address, proposal title, project being addressed, technical and administrative points-of-contact, along with email address, telephone and facsimile numbers. (Note: provide one mailing address to use for any Government notification letters). 2.Address ability to provide ten-year pricing in step-ladder quantities for production systems 3.Address the commerciality of the product. If claiming product to be commercial provide the following: a.Commercial market for the item (non-government end user, sold to general public for general public use) b.Sales data for commercial market (i.e. quantities, prices, catalogs prices, market prices, etc.) c.If modified commercial provide description of difference between commercial general public system and system to be proposed to the Government. Include estimated price difference for modifications. 4.Provide standard process for sustainment requirements such as repairs, obsolescence issues, technology improvement, etc. a.If design is owned by the contractor and obsolescence issues arise address expectations regarding contractor use of IRAD or Government funds for redesign of a contractor owned design. b.Address the repair process and how repairs are priced, the type of information provided to the Government for cost/price analysis of repairs. Commercial repair process/pricing mechanism should be addressed if claiming commercial item. c.Process and pricing mechanism for technology improvements or Government requested upgrades/changes. Type of cost data available for such changes. Technical Responses to this RFI/SS or questions shall be submitted to NSWC Crane POC Kayleigh Hendrix, Email: Kayleigh.hendrix@navy.mil with a copy to Casandra O'Neall, Email: Casandra.e.oneall@navy.mil. Please reference N00164-18-S-NB74 in the subject line of emails. Responses received after 10 July 2018 may not be considered in the Government's market research. Contract Strategy responses and any questions related to the process for submission of information should be submitted to the NSWC Crane Contracting POC Casandra O'Neall by 4:00 PM Eastern Time 10 July 2018, at Casandra.e.oneall@navy.mil. Responses received after 10 July 2018 may not be considered in the Government's market research. If any part of the submittal is classified, please contact the Contracting POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. Reference announcement number N00164-18-S-NB74 in all correspondence and communications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB74/listing.html)
- Record
- SN04918024-W 20180512/180510230611-bbea736f57b99852e3d6a1771272dc47 (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 |