SOURCES SOUGHT
99 -- SEWIP Block 3 Design Agent and Scaled Variant Design RFI
- Notice Date
- 3/30/2020 7:59:53 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N0002420R5520
- Response Due
- 4/14/2020 1:00:00 PM
- Archive Date
- 04/29/2020
- Point of Contact
- Holly Danner, Phone: 2027812364, Danielle Hinton, Phone: 2027811400
- E-Mail Address
-
holly.danner@navy.mil, danielle.hinton@navy.mil
(holly.danner@navy.mil, danielle.hinton@navy.mil)
- Description
- SECTION 1: SYNOPSIS This is a Request for Information (RFI) issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Integrated Warfare Systems Above Water Sensors directorate (PEO IWS 2.0).� The Government is conducting market research seeking industry inputs and interest for Design Agent services of the Surface Electronic Warfare Improvement Program (SEWIP) Block 3 subsystem and associated ancillary equipment.� Additionally, the government is conducting market reserach regarding the design of a scaled variant of the SEWIP Block 3 subsystem.� The Government is considering different acquisition strategies to meet: 1) AN/SLQ-32(V)7 (SEWIP Block 3) Design Agent Services and 2) Scaled, onboard Electronic Attack (EA) system development and production requirements. One strategy under consideration under consideration is a winner-take-all, single award contract for design agent services and scaled system development/production.� Another strategy under consideration is awarding separate design agent services and scaled system development/production contracts. SECTION 2: GENERAL INFORMATION Pursuant to FAR 52.215-3 this RFI is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.� This does NOT constitute a Request for Proposal.� The Government is NOT seeking or accepting unsolicited proposals.� This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government.� Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations.� Not responding to this RFI does not preclude participation in any future solicitation.� If a solicitation is issued in the future, it will be announced via Federal Business Opportunities (FBO) and interested parties must comply with that announcement.� It is the responsibility of interested parties to monitor FBO for additional information pertaining to this requirement. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist and Contracting Officer's email addresses.� Verbal questions will not be accepted.� Questions shall not contain classified information. SECTION 3: CONTENT Companies responding to this RFI should provide a response not to exceed thirty (10) pages. Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested.� Responses should indicate sufficient detail for assessment of potential contracting strategies and company interest; submissions should be organized as follows: ���� Cover Sheet: RFI number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date ���� Table of Contents: Include a list of figures and tables with page numbers ���� General response information ���� List of abbreviations and acronyms Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit. Responses should, at a minimum, address the following questions: Does your organization have the expertise, experience, facilities, equipment, and test assets to provide AN/SLQ-32(V)7 (SEWIP Block 3) design agent services? Design agent services include, but are not limited to: technical data package (TDP) management including engineering changes, software development and modifications, maintenance engineering, diminishing manufacturing sources and material shortages (DMSMS) analysis and corrections, test event support, installation support, and modeling and simulation support. Please provide details on similar program(s) to demonstrate your organization�s ability to provide AN/SLQ-32(V)7 design agent services. Does your organization have expertise and experience with electronic attack systems, complex electronic warfare systems, Radio Frequency (RF) electronics, and digital communications networks? Does your organization have expertise and experience with x86 processing nodes, high-voltage power distribution and conditioning systems, high capacity cooling units, and array structures? Does your organization have the expertise, experience, facilities, equipment, and test assets to design, build, integrate, and test a scaled, onboard Electronic Attack (EA) system for Surface Combatants with Size, Weight, Power, and Cooling (SWaP-C) constraints? Please provide details on similar program(s) to demonstrate your organization�s ability to design, build, integrate, and test a scaled, onboard Electronic Attack (EA) system. Does your organization have any proposed solutions/architectures to meet the scaled, onboard Electronic Attack requirement? Solutions/architectures should: 1) leverage mature technologies (e.g., TRL 6/7 or above), 2) require a compressed design schedule (i.e., <24 months), and 3) leverage commonality with other EW products, 4) consider cost/affordability. Does your organization prefer a single award for design agent and scaled development/production requirements or separate contracts? Please explain. Does your organization recommend any different competitive acquisition strategies? Why? Is your organization considering any teaming arrangements? SECTION 4: CLASSIFICATION All materials submitted in response to this RFI should be UNCLASSIFIED. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact the Program manager, Mr. Brian Torgersen at Brian.Torgersen@navy.mil with a copy to the�Contracting Officer, Ms. Holly Danner, Holly.Danner@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c77ba4801a0d4703961feadb1e624999/view)
- Record
- SN05604943-F 20200401/200330230150 (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 |