SOURCES SOUGHT
12 -- AN/BYG-1 Combat Control System (CCS) Payload Control System
- Notice Date
- 7/24/2018
- 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-6102
- Archive Date
- 8/29/2018
- Point of Contact
- Samuel Kistner, Phone: 2027813130, PETER AGYEI-SARPONG, Phone: 2027813600
- E-Mail Address
-
samuel.kistner@navy.mil, peter.agyei-sarpong@navy.mil
(samuel.kistner@navy.mil, peter.agyei-sarpong@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION OR DRAWINGS AVAILABLE. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. The government is conducting market research to determine whether this effort can be set aside for small business. Only organizations currently registered as a small business under NAICS code 334511 are to submit a capability summary. The Naval Sea Systems Command (NAVSEA) PEO SUB seeks information from potential qualified commercial sources with specific experience and expertise necessary to design, develop, test, integrate, and deliver the AN/BYG-1 Payload Control System (PCS) portion of the AN/BYG-1 Submarine Combat Control System (SCCS). PCS is an evolution of the Weapons Control System (WCS) software to provide the submarine crews with the ability to exercise command and control over all submarine payloads (current and future) including but not limited to: torpedoes, mines, Tomahawk cruise missiles, missiles, Modular Undersea Heavyweight Vehicles (MUHV), Unmanned Undersea Vehicles (UUV), Unmanned Aircraft Systems (UAS) and countermeasures. Payload command and control is a PCS core functionality defined as pre-launch, post-launch and in-mission assignment, modification and monitoring of payloads and payloads functions. The PCS is required to support all legacy and new development submarine AN/BYG-1 System Variants. The PCS shall meet the Government's requirements with a particular focus on 1) development of PCS Virginia BLK V Technology Baseline improvements, 2) Modernization of the current PCS to enable future development and payload integration on legacy platforms, and 3) PCS external interface definition including the determination of all necessary requirements to connect to the Submarine Warfare Federated Tactical Systems (SWFTS), launchers and payloads. The performance specification document will not be posted as an attachment to this sources sought notice. Interested parties may request an unclassified version of the draft performance specification from Peter Agyei-Sarpong via email at peter.agyei-sarpong@navy.mil. Responsible sources should provide technical information addressing the following areas: 1)System Definition and Qualification a)Provide an overall technical approach for future development and payload capability. b)Provide a technical approach that addresses Modular Open Systems Architecture (MOSA) requirements needed to accommodate growth and technical upgrades. c)Provide a technical approach that supports the ability to incorporate new payloads (e.g. modernized Torpedos, Missiles) without major modification to the system architecture. d)Describe the effort needed to manage the PCS external electronic interface baselines for multiple submarine classes, baselines, and capabilities. e)Describe processes needed to perform quality software development tasks, including Configuration Management, built-in software reliability and longevity, problem reporting and corrective actions, and its approach to support to an Open System Architecture. f)Describe the facilities (both hardware and software) and special equipment required for the PCS development and test effort. 2)Development and Design Schedule - For the technical approach outlined in section 1) above: a)Provide an estimated time necessary to accomplish the design/development. b)Provide an estimated time necessary to finalize a Production Baseline. c)Provide an overall timeline of items 2)a) & 2)b) explaining any interdependencies and/or parallel efforts. 3)Design/Development Cost and Testing Cost - For the technical approach outlined in section 1) above: a)Provide an estimate of costs to accomplish the design/development. b)Provide an estimate of costs to perform all formal development tests. 4)Data Rights - For the technical approach outlines in section 1) above: a)Provide details on any limitations of technical data rights, specifically proprietary information, that would not be shared with the US Government. Interested sources are requested to provide unclassified company literature and/or provide a capability summary not to exceed fifty (50) pages in length addressing the topics described above. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name; Address; Point of Contact; Phone Number; E-mail address; and Level of Facility clearance. All information submitted in response to this notice shall be provided on or before 14 August 2018. Submit information both in hardcopy and on CD by mail to Jacob Glassman and Peter Agyei-Sarpong at their respective aforementioned mailing addresses. Telephonic and oral responses are not acceptable. The Government may not respond to any specific questions or comments submitted in response to this sources sought notice or information provided as a result of this sources sought notice. Any information submitted by respondents as a result of this sources sought notice is strictly voluntary. This sources sought notice is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. All documentation shall become the property of the Government. The Government is not soliciting, nor will it accept proposals as a result of this sources sought notice. This sources sought notice is a market research tool being used to determine the existence of qualified experienced sources. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be announced later via FedBizopps and all interested parties must respond to that solicitation announcement separately from the response to this sources sought notice. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCES SOUGHT NOTICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-6102/listing.html)
- Record
- SN05004872-W 20180726/180724231124-c611d6d11e99f28d4b598d08f4f87a85 (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 |