SOLICITATION NOTICE
12 -- FY20-23 AEGIS Production Follow-on
- Notice Date
- 7/6/2018
- 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
- N00024-19-R-5100
- Archive Date
- 8/17/2018
- Point of Contact
- Akansha Anand, Phone: 2027813837, Stephanie Gerow, Phone: 2027812390
- E-Mail Address
-
akansha.anand@navy.mil, stephanie.gerow@navy.mil
(akansha.anand@navy.mil, stephanie.gerow@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Sea Systems Command (NAVSEA) is conducting market research to identify potential sources that possess the capability to perform efforts in support of the Fiscal Year (FY) 20-23 AEGIS Weapon System (AWS) AN/SPY Radar Systems production program for AEGIS Modernization (AMOD), Ship Construction, Navy (SCN), Foreign Military Sales (FMS), AEGIS Land Based Test Sites (LBTS), and FFG(X) Weapon System (FWS). The requirements include the production and testing of the Multi-Mission Signal Processor (MMSP) capability, Kill Assessment System (KAS) 5.1, AEGIS Linear Processing System (ALPS), Electronic Equipment Fluid Cooler (EEFC), AEGIS Combat System Support Equipment (ACSSE), AEGIS spares, engineering services, incidental materials, Other Direct Costs (ODCs), and coordinating and conducting testing at the Production Test Facility (PTF) for backfit and new construction ships. The scope of work requires demonstrated direct experience with the production, integration, assembly, test, overhaul, design, development, life-cycle engineering, maintenance and logistical support for the AWS AN/SPY Radar Systems. Due to the nature of this requirement, prospective offerors must demonstrate the required level of technical expertise, a responsive and stable supplier base, as well as the ability to furnish the required non-recurring engineering, special test equipment, and tooling necessary to perform the engineering analysis and studies needed for corrective repairs, obsolescence analysis, troubleshooting, fault tracing and resolution. Assuming a projected FY20 award, prospective offerors shall provide an Integrated Master Schedule (IMS) demonstrating the ability to produce, assemble, qualify, test and deliver AWS AMOD equipment including MMSP with AEGIS Subsystem Engineering Test Station (ASSETS) testing, KAS 5.1, ALPS, ACSSE, AEGIS spares, and PTF testing by the Required Delivery Date (RDD) of 31 August 2021 in support of the first AMOD availability start date as well as delivering up to four (4) shipsets a year in FY22-FY25. Prospective offerors shall also provide an IMS demonstrating the ability to produce, assemble, qualify, test and deliver the AWS SCN Equipment including EEFC, ACSSE, KAS 5.1 and PTF testing by the RDD of 31 August 2022 in support of the first SCN In-Yard Need Date (IYND) as well as delivering up to three (3) shipsets a year in FY 22-FY 25. All potential sources with the capability to accomplish the requirements referenced in this notice are invited to submit written information sufficient to demonstrate the respondent's ability to fulfill the requirements described in this notice. Responses to this notice must be submitted via email to the points of contact listed at the bottom of this notice, and must be received no later than 5:00PM Eastern Daylight Time (EDT) on 2 August 2018. The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice and "AWS AMOD and SCN Equipment Sources Sought Notice." Please limit responses to a maximum of eight (8) pages in length, excluding the cover page, based on a minimum font size of 10 points, Times New Roman, with one-inch page margins. Include a cover page with your response that lists the following information: a. Solicitation Number for this Notice b. Vendor/Company Name c. Vendor Mailing Address and Physical Address (if different) d. Name of the Point of Contact e. Email Address f. Phone Number g. Vendor DUNS Number h. Business Size Status (based on NAICS code for this notice) i. A list of all NAICs codes as identified in the vendor's Online Representations and Certifications Application (ORCA) All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned. 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. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-19-R-5100/listing.html)
- Record
- SN04981945-W 20180708/180706230559-50f6daca7ec5503d2091051d34050a51 (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 |