Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2018 FBO #6067
SOURCES SOUGHT

99 -- REQUEST FOR INFORMATION AND INDUSTRY DAY ANNOUNCEMENT

Notice Date
7/2/2018
 
Notice Type
Sources Sought
 
NAICS
921190 — Other General Government Support
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
NSWC_PCD_RFI_07022018
 
Archive Date
8/18/2018
 
Point of Contact
Jenetta L. Langston, Phone: 8502355362, Joel T. Roberson, Phone: 8502344296
 
E-Mail Address
jenetta.langston@navy.mil, joel.roberson@navy.mil
(jenetta.langston@navy.mil, joel.roberson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION AND INDUSTRY DAY ANNOUNCEMENT Background Under the authority of 10. U.S.C. 2371B, the Naval Surface Warfare Center, Panama City Division (NSWC PCD) seeks information in anticipation of awarding funding through Other Transaction Agreements (OTAs) to non-traditional and/or traditional defense contractors for the development of prototype(s) in the area of Expeditionary Warfare (EXW) that requires platforms and systems that can operate in diverse and challenging environments. The OTA offers an alternative to the Federal Acquisition Regulation (FAR) based acquisitions, allowing for access to participation by non-traditional defense contractors with innovative solutions that may not normally desire to participate in government procurement. Requirement NSWC PCD requires innovative technology solutions to address current and future platforms and systems in the EXW environment. Conducting EXW requires operating in the Littorals, or near coastal environment, that extends from the deep ocean into and including land. The Littorals consist of the seas, bays, estuaries, islands, coastal areas, beaches and the airspace above these areas. The range of modern sensors and weapons extends hundreds of miles both seaward and landward, blurring the distinction between operations at sea and on land and necessitating an operational approach that treats the littorals as a singular, integrated battlespace. Under EXW, NSWC PCD may seek prototype efforts in the following technology areas: •· Expeditionary Maneuver - Technologies that enable Amphibious and other Mobility & Counter-Mobility operations, by controlling and shaping the operational area to benefit friendly forces and to block off, control and/or hinder the movement of threat forces. •· Command, Control, Communications, and Computer (C4) - Enables and ensures the ability to monitor, command, and control platforms, vehicles, systems, and sensors in executing their mission tasks. •· Intelligence, Surveillance, and Reconnaissance (ISR) - Collects signals, imagery, measurements and signatures to understand the threat's operating tempo, capabilities, and tactical & operational situation. Collection, processing, exploitation, and dissemination of the data enable the operational commander to make decisions in the battlespace. •· Platforms - The system engineering, integration, and interfaces for amphibious ships, ship-to-shore connectors, tactical vehicles, unmanned systems, and other platforms that host C4, ISR, sensors, or weapon systems in support of Expeditionary Warfare. •· Sensors - Technology that passively or actively detects and responds to some indicator from the physical environment. The intent of this Request for Information (RFI) will assist the Government in determining the feasibility of establishing a single consortium or multiple consortiums as they apply to each technology area. Interested parties should submit its capabilities in establishing a consortium in one or more of the technology areas identified above. Of particular interest is how a consortium will be established, how the consortium will be managed and the consortium's ability to attract, retain, and grow nontraditional performers in order to leverage their technology advantage in one or more of the technology areas identified above. Responses shall be no longer than 3 pages and summarize the project team, qualification roles (prime, sub, advisory, etc.) in one or more of the technology areas, the number of non-traditional performers anticipated, planned outreach efforts to attract and retain non-traditional performers and a description of the research, development, manufacturing, past performance or other qualifications. This RFI is for information purposes only; it is not a request for competitive proposals nor is it an indication that funding will ultimately be available. Information received will be considered solely for purposes of determining the Government's procurement strategy for establishing a single or multiple consortiums for prototype development in one or more of the above technology areas. A determination by the Government to establish a single or multiple consortiums is solely within the discretion of the Government. Questions regarding this RFI should be submitted no later than 5 August 2018. The Government will post responses to questions received via an amendment to this RFI within the FedBizOpps portal. Any request for competitive proposals will be issued by a separate announcement. A request for Prototype Proposal may require the Government to furnish to the Team Leader information that may be CLASSIFIED or CONTROLLED CLASSIFIED INFORMATION (CUI). The Team Lead for the prototype project must have the capability to secure and maintain CLASSIFIED Government Furnished information. All responses to this RFI shall be emailed to Jenetta Langston at jenetta.langston@navy.mil and Joel Roberson at joel.roberson@navy.mil by 4:00 p.m. Central Daylight Time, 3 Aug 2018. INDUSTRY DAY An industry day will be held on August 7, 2018 from 2:00 p.m. - 4:00 p.m. (Central Daylight Time) at the LaQuinta Inn & Suites, 7115 Coastal Palms Blvd, Panama City Beach, Florida 32408. Interested parties shall RSVP to jenetta.langston@navy.mil and joel.roberson@navy.mil no later than July 20 th. RSVP shall include, the company's name and name(s) of attendee.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/167e135569e07a93026a38fb142dfad1)
 
Place of Performance
Address: 110 Vernon Avenue, Panama City, Florida, 32407, United States
Zip Code: 32407
 
Record
SN04977304-W 20180704/180702231126-167e135569e07a93026a38fb142dfad1 (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.