SOURCES SOUGHT
12 -- Ship Self Defense System (SSDS) Technical Insertion 2016 (TI-16) Hardware Production and Engineering Services
- Notice Date
- 1/30/2020 10:45:15 AM
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376 USA
- ZIP Code
- 20376
- Solicitation Number
- N00024-20-R-5602
- Response Due
- 2/13/2020 2:00:00 PM
- Archive Date
- 02/28/2020
- Point of Contact
- Gary Braunstein, Jennifer Dixon
- E-Mail Address
-
gary.braunstein@navy.mil, jennifer.dixon@navy.mil
(gary.braunstein@navy.mil, jennifer.dixon@navy.mil)
- 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 processing, storage, and networking systems for FY 2021 through FY 2026. The primary efforts include: Manufacture, assemble, test and deliver Ship Self Defense System (SSDS) Technical Insertion 2016 (TI-16) Network Input/Output (TI-16 Network I/O) units of computer processing, storage, and networking equipment, ancillary equipment and spares Engineering services to update and maintain the SSDS TI-16 Technical Data Package (TDP) The USN program provides the combat system processing, storage and networking systems to support and host software applications of Navy combat systems. This is shipboard tactical equipment that meets Navy Surface Ship Environmental Qualification Requirements for installation aboard U.S. ships to include amphibious assault ships and aircraft carriers. The Government anticipates most of the work to be performed at the contractor�s site. The applicable NAICS code is 334118, Computer Terminal and Other Computer Peripheral Equipment Manufacturing. For this RFI, the Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office Integrated Warfare Systems (PEO IWS) would like to gauge industry interest and capability in providing production and engineering and for industry to identify barriers to their participation in a future competitive procurement. The Navy estimates that the engineering services required will total less than twenty percent (<20%) of the total proposed cost during the period of performance. PEO IWS is interested in the full potential of industry responses, including small businesses. The scope of work requires demonstrated experience with the production, integration, assembly, test, design, and logistical support for processing, storage, and network systems. 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: Company Information Provide company name, address, DUNS number, CAGE code, tax identification number, designated representative name(s) and point of contact, including phone numbers and email addresses. Provide number of employees employed by company, and annual revenue/receipts for the last three (3) completed company fiscal years. Identify contracts within the last five (5) years with similar scope and provide brief overview of company responsibilities. If a small business, identify type of small business (e.g. 8(a), Hubzone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned). Required Experience and Performance Capability Production of Equipment If a contract is awarded, the company will be provided a SSDS TDP for TI-16 build-to-print production and test. Please provide an overview of your company�s experience and capabilities for producing shipboard equipment, including specific experience in processing, storage and network equipment using a Government provided TDP. The overview should describe current or past contracts providing the following: LAN Interconnect Systems to provide the mechanism to communicate internal and external to the computing infrastructure. This system should provide capabilities for cabinet management, network switching, intrusion detection, firewall services, gateway services, a detonation chamber, and cross domain solutions. Storage Area Networks to provide data storage and retrieval capability Legacy Input/Output to provide legacy equipment interface support, network time protocol dissemination electro-mechanical integration, and installation of legacy VME / interface cards Interested companies must also summarize their USN or DoD contracts and production capacity to support the following activities: Planning and managing all production aspects of the processing, storage, and network equipment production program Implementing and maintaining a Configuration Management (CM) program in accordance with NAVSEAINST 4130.12B Managing obsolescence to include a Diminishing Manufacturing Sources and Material Shortages (DMSMS) plan and metrics Integrated Logistics Support (ILS) related technical data, technical publications and supply support analyses such as technical manuals, maintenance procedures/instructions and other training documentation, repair parts lists, tool lists, and provisioning documentation Engineering Services to define and update a TDP Describe the company�s capabilities and experience in provide engineering services for developing and updating TDPs to periodically address production component obsolescence, with specific emphasis on processing, storage, and network equipment. 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: Developmental Design Drawings and Associated Lists Product and Line Replaceable Unit (LRU) Drawings and Associated Lists Hardware Engineering Design Documents and Parts List System, Power and Environmental Requirements Interface Specifications and Requirements Interface Control Drawings Special Inspection Equipment Drawings and Associated Lists Integrated Logistics Support (ILS) and Training Documentation Shock and Vibration Engineering Analysis The Contractor 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. A throughput capacity of 4 units per month is required. The contractor shall demonstrate that it has the capability and capacity to produce units over five years within the required delivery dates. The units have not-to exceed delivery dates twelve (12) months from order execution if units are not subject to first article requirements. Provide a top-level manufacturing plan and work flowchart demonstrating throughput and major process activities beginning with contract/delivery order award through delivery of the maximum required monthly quantities as identified above. 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: RFI responses are limited to 10 pages or less, 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/39803805102c43e88f851f036fa52c37/view)
- Place of Performance
- Address: Washington Navy Yard, DC, USA
- Country: USA
- Country: USA
- Record
- SN05548575-F 20200201/200130230210 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |