Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2022 SAM #7391
SOURCES SOUGHT

58 -- Future X-Band Radar

Notice Date
2/22/2022 8:11:46 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
N00024-22-R-5502
 
Response Due
3/24/2022 2:00:00 PM
 
Point of Contact
Thomas Williams, Phone: 2027813293, Melissa Ramirez, Phone: 2027811608
 
E-Mail Address
Thomas.d.williams220.civ@us.navy.mil, melissa.b.ramirez2.civ@us.navy.mil
(Thomas.d.williams220.civ@us.navy.mil, melissa.b.ramirez2.civ@us.navy.mil)
 
Description
Amendment 0001 - The purpose of this amendment is to 1) extend the response date to 5:00pm EST on 24 March 2022 and 2) establish a deadline to request the GFI of 5:00pm on 03 March 2022.� 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 future development and production phases for Future X-Band Radar (FXR). � The draft requirements for FXR will be provided as Government Furnished Information (GFI) under this RFI.� Please see Section 5 of this RFI which contains instructions on how to request the applicable GFI. The information obtained in response to this RFI is intended to increase our understanding of industry interest and capability for FXR development, initial FXR production, and inform acquisition decisions. 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 SAM.GOV and interested parties must comply with that announcement.� It is the responsibility of interested parties to monitor SAM.GOV 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. The NAICS Code for this RFI is 334511. The Government plans to use selected support contractor personnel from Johns Hopkins University Applied Physics Laboratory, DPM Consulting, Serco Inc., and Systems Planning and Analysis to assist in providing Subject Matter technical expertise for RFI response review, execution of Industry Day, and one-on-one sessions. These support contractors will be bound by appropriate nondisclosure agreements (NDA) to protect proprietary and source-selection information. Interested Contractors may wish to enter into non-disclosure agreements directly with these organizations. To obtain contact information for each of these organizations please contact Thomas Williams Contract Specialist, via e-mail at Thomas.D.Williams220.civ@us.navy.mil. Questions regarding this announcement shall be submitted in writing using RFI Attachment 3 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: REQUIREMENTS OVERVIEW A brief overview of the FXR mission requirements is provided as follows: FXR is required to meet mission performance and size, weight, and power � cooling (SWAP-C) requirements of the following ship classes: DDG-51 FLT III ships with AEGIS Baseline 10 (BL 10) combat system. DDG-51 FLT II and DDG-51 FLT IIA ships with AEGIS Baseline 9 (BL 9) combat system Ford class carriers with SSDS (BL 12) combat system Nimitz class carriers with SSDS (BL 12) combat system Ticonderoga class cruisers with AEGIS Baseline 9 (BL 9) combat system Landing Platform/Dock (LPD 29+) hulls with SSDS (BL 12) combat system To the greatest extent possible, a common system architecture will be applied to FXR solutions across all the platforms identified in item 1 above. FXR will provide horizon search and track, surface search and track, periscope detection and discrimination, and missile communications in a wide diversity of maritime environments and conditions. � The Government is interested in procuring FXR from companies that have the following attributes: Have past experience developing, integrating, testing, and manufacturing complex radar systems, RF electronics, digital communications networks, high performance processing nodes, high-voltage power distribution and conditioning systems, high capacity cooling units, and antenna structures. Experience teaming with industry partners for subsystem development. Experience cooperating with other prime industry partners integrating complex systems. Experience maintaining fielded DoD or Military hardware systems. SECTION 4: SUBMISSION OF RESPONSES Response under this RFI can be unclassified or up to secret. Unclassified responses to this RFI should be submitted by 17:00 EST 03 March 2022 via e-mail to Thomas Williams, Contract Specialist, at Thomas.D.Williams220.civ@us.navy.mil, with a copy to the Contracting Officer, Ms. Melissa Ramirez, at Melissa.B.Ramirez2.civ@us.navy.mil. �The subject line of the email should read as follows: �Response FXR RFI Response � N00024-22-R-5502.� Classified responses shall be submitted directly to the attention of PEO IWS 2.0 Document Control Unit at the following address and marked in the following manner: � � � � � � � � � � � � � � � � � � �OUTSIDE ENVELOPE � (no classification marking): � � � � � � � � � � � � � � � � � � � � �Commander � � � � � � � � � � � � � � � � � � � � �Attn: Dario Llacuna, PEO IWS 2.0 � � � � � � � � � � � � � � � � � � � � 1333 Isaac Hull Ave SE � � � � � � � � � � � � � � � � � � � � �Washington Navy Yard, DC 20376� The inner wrapper of the classified response should be addressed to the attention of Dario Llacuna, PEO IWS 2.0 and marked in the following manner: � � � � � � � � � � � � � � � � INNER ENVELOPE � (stamped with the overall classification of the material) � � � � � � � � � � � � � � � � �FXR � � � � � � � � � � � � � � � � � Attn: Dario Llacuna, PEO IWS 2.0 � � � � � � � � � � � � � � � � � 1333 Isaac Hull Ave SE � � � � � � � � � � � � � � � � � Washington Navy Yard, DC 20376� SECTION 4.1: CONTENT Responses should, at a minimum, address the following questions: What is your FXR system concept or applicable technologies?�� What is the predicted performance of your concept?� What level of maturity is your system design?� If based on an existing system design, what is the existing system performance and what modifications are required to meet the FXR draft requirements with a focus on the provided benchmarks in attachment 4?� Provide supporting rationale/data to substantiate your response to the above.� For example, highly leveraging an existing system should be supported by system test results vs. only modeling and simulation. Does the existing system design have sufficient maturity to initiate production?� What is the scope of effort (technical/schedule/cost) required to initiate production?� Provide supporting rationale/data to substantiate your response to the above. What is the associated technology readiness level (TRL) of enabling technologies in your FXR system concept against USN requirements?� If you are leveraging technologies from other DOD programs, what are those programs and associated technology maturity? Provide evidence to support your assertions for TRL.� Provide the pedigree for all evidence (e.g., measurements, simulations, bench level tests, sub-assembly tests, or full system tests).� Include relevant test environment. Does your organization have any feedback on the Government�s FXR requirements? Are there any areas of ambiguity in the FXR requirements that need to be clarified? USN requests any industry proposed SRD updates based on performance, cost, and scheduled trades.� Please provide details of trade analysis. USN desires identification of any design implementation requirements found in the FXR draft requirements that limits the ability to leverage an existing system that would otherwise meet the operational performance requirements. Do you have past experience developing US Navy radars?� What additional data beyond the GFI provided as part of this RFI, if any, is necessary to successfully design and develop the FXR EDM? What manufacturing facilities does your organization have and what product lines have been developed in these facilities in the past? What experience does your organization have in producing and testing hardware? � What capital investments/improvements does your organization already have planned for system design and test? �How would preparing for this competition change those plans? How would being awarded a contract change those plans? What is your FXR approach to obsolescence management? The Navy is interested in industry input on model-based engineering practices.� Specific questions include: What is your experience with MBSE to support system requirements, design, analysis, verification, and validation activities? How could MBSE be used to identify, analyze, and reduce technical risk? What specific MBSE tools does your organization use? Provide feedback or lessons learned on your organization�s use of MBSE? What are your thoughts on utilizing MBSE techniques as part of an interface management strategy and to generate interface control documentation? What is your experience with Modeling and Simulation (M&S) techniques to develop data utilized for managerial or technical decision making? What modeling and simulation tools does your organization use? What is your experience with implementing digital threads between M&S models to MBSE artifacts for traceability and verification/validation activities? What is your experience using modeling and simulation tools towards the development of signal processing algorithms/modes, including approaches for data collection to support ongoing signal processing algorithm development? What is you experience with how modeling and simulation tools can enhance/inform T&E? What is your experience with using a Product Data Management (PDM) system(s) to manage 3D product models, drawings, technical publications, training material, reliability data, and other product support data? Does your organization use a specific PDM tool? Do you have experience using a PDM system to conduct FMEA/FMECA analysis and/or estimate system reliability and MTBF (Mean Time Between Failures)? How could this reduce technical risk with manufacturing and product sustainment of FXR? What is your experience managing an integrated modeling/development environment (unclassified and/or classified) between subcontractors/teammates/government? What are your thoughts on integrating into a Navy managed integrated modeling environment? What specific concerns might there be with the ownership of proprietary data in an integrated modeling environment with the government? Are there any cost/pricing considerations you would like to bring to the Government�s attention? Do you have any recommendations on the structure of the requirements or the overall contracting strategy that would reduce the total price? What performance incentive structure and growth would your organization recommend and why? Please identify any obstacles to competition for the proposed scope in such areas as: classification requirements, Government systems engineering, Government approval process, integration/coordination with other vendors and/or suppliers, facility requirements for integration and validation/verification, and/or proposed scope areas.� In addition, the company should recommend solutions or mitigation paths for the Navy to overcome the obstacles. Is there any additional information or input you would like to provide as it relates to FXR as outlined under this RFI? Optional Questions: The Navy strongly desires feedback on the optional questions below: What is the estimated fly-away cost for each FXR shipset?�� What is the basis of your cost estimate? Is a technical data package (TDP) for your proposed FXR solution available?� If so, then what is the current maturity of said TDP and what is the level of effort required to update the TDP to address USN requirements? What license rights in accordance with DFARS 227 would you attach to the current TDP? Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses.� The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified.� Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. SECTION 4.2: CLASSIFICATION AND SECURITY All materials submitted in response to this RFI can be up to SECRET and non-Sensitive Compartmented Information (SCI) level. All contractors will require access to Communications Security (COMSEC) information, North Atlantic Treaty Organization (NATO) Information, Controlled Unclassified Information (CUI) and �No foreign nationals� (NOFORN) information. 32 Code of Federal Regulation Part 117, published 12 December 2020, effective 24 February 2021, applies to this contract. Contract performance is restricted to contractor facility or Government activity as indicated in the contract. Security Classification Guidance is as follows: AMDR Security Classification Guide (S) 03-152.06: SER IWS/082 dated 04 April 2013. AMDR Security Classification Guide Clarification (S): SER IWS/246: dated 18 July 2016. AMDR Security Classification Guide Clarification Update (S): SER IWS/244: dated 31 August 2017. AMDR Security Classification Guide Interim Update (S): SER IWS/029: dated 1 February 2019. AMDR Security Classification Guide Notes To Holder (NTH) (S): SER IWS/144: dated 8 June 2021. AMDR Security Classification Guide Clarification Interim Update: IWS: dated 13 Oct 2021. Low Observable/Counter Low Observable (LO/CLO) Security Classification Guide (S): dated 16 October 2017. DODI S-5230.28 Low Observable/Counter Low Observable (LO/CLO) Programs: dated 28 December 2016. Copies of these Secret classification guides are on file with NAVSEA PEO IWS 2.0. The Contractor shall utilize the NAVSEA/NSWCCD Critical Information and Indicators List, of 20 JUN 2021 to help identify and protect critical information associated with this contract.� During the period of this contract, the Contractor may be exposed to, use, or produce, NAVSEA/NSWCCD Critical Information (CI) and/or observables and indicators which may lead to discovery of CI. NAVSEA�s CI will not be distributed to unauthorized third parties, including foreign governments, or companies under Foreign Ownership, Control, or Influence (FOCI). Assembled large components/systems being transported to and from testing areas, other production or government facilities (whether or not on public roadways) shall be in an enclosed van trailer or covered flatbed trailer. Component/System outside storage, staging, and test areas shall be shielded/obscured from public view wherever physically possible. NAVSEA�s/NSWCCD�s CI shall not be publicized in corporate wide newsletters, trade magazines, displays, intranet pages or public facing websites. Media requests related to this project shall be directed to NAVSEA/NSWCCD Public Release Authority listed in Item12 of the associated DD Form 254.� Any attempt by unauthorized third parties to solicit, obtain, photograph, or record, or; incidents of loss/ compromise of government Classified or CI, Business Sensitive and Company Proprietary information related to this contract or other programs must be immediately reported to the Facility Security Officer, DCSA and/or the Naval Criminal Investigative Service, and the NAVSEA Security Office. Questions concerning these requirements shall be directed to the NAVSEA Security Office. In reference to the FXR DD254: Block 1.a. Facility Security Clearance Required:� The contractor is required to maintain a SECRET facility security clearance. Block 1b. Level of Safeguarding for Classified Information/Material Required at Contractor Facility: The contractor is required to maintain a level of safeguarding for classified information/material at the SECRET level. Block 10a. COMSEC:� Contractor requires access to COMSEC information and infrastructure (personnel clearances, laptop/desktop/and a facility location certified for processing of secure communications). The Contractor shall be required to have access to COMSEC for SIPRNet equipment. Access to classified COMSEC information requires a final U.S. Government clearance at the appropriate level.� Further disclosure of COMSEC information by a contractor, to include subcontracting, requires prior approval by GCA. Block 10e. Non-SCI: The Contractor requires access to Non-SCI Intelligence Information to develop classified fire control radar capabilities outlined in this RFI for Future X-Band Radar. Block 10g. North Atlantic Treaty Organization (NATO): Access to NATO information requires a final U.S. Government clearance at the appropriate level and a NATO access briefing/debriefing.� Prior approval of GCA is required for subcontracting to impose NATO requirements or grant NATO access to subcontractor. The contractor�s development of new or augmenting existing technology must be compatible and relevant to these NATO operations. Block 10j. Controlled Unclassified Information (CUI): The contractor shall be required to have access to CUI with developers and integrators.� Controlled Unclassified Information (CUI) (formerly For Official Use Only (FOUO) and Personally Identifiable Information (PII) generated and/or provided under this contract shall be safeguarded and marked as specified in DODI 5200.48, Controlled Unclassified Information (CUI), March 6, 2020.� Block 10k. NOFORN: Contract will require access to and generation of NOFORN data. Block 11c. Receive, Store, and Generate Classified Information: Contractor shall be able to receive, store and process classified material.� Contractor will contact NSA for account procedures. All equipment will be furnished and maintained by the contractor per the requirements of OPNAVINST 2221.5D dtd 8/15/16 and guidance provided by the Contracting Officer or Contacting Officer Representative. The Contractor is not authorized to release any data to foreign representatives without an approved export license. Block 11h. Require COMSEC Account: Contractor requires COMSEC account to accommodate the use of secure communications.�� Block 11j. Operations Security Requirements:� Due to the sensitive nature of tactical fire control radar data and technology, the Contractor requires OPSEC, and shall develop and submit for approval an OPSEC Plan. Block 11k. Be authorized to use the Defense Courier Service (DCS):� The contractor may require and is authorized for use of the Defense Courier Service for the transfer of classified material.� Block 11l.� Receive, Store, or Generate Controlled Unclassified Information (CUI):� The contractor shall be required to have access to generate and/or store CUI with developers and integrators.� SECTION 4.3: FORMATTING NAVSEA will accept ONLY electronic submission of responses. Respondents to this RFI must adhere to the following details: Companies responding to this RFI should provide a response not to exceed thirty (30) 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, CAGE code, 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. Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font. Paper should be 8 1/2 x 11 inches with a minimum of 1-inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger. Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format. Submitted electronic files should be limited to the following extensions: ����������������������� .docx Microsoft Word ����������������������� .xlsx Microsoft Excel ����������������������� .pptx Microsoft PowerPoint ����������������������� .pdf Adobe Acrobat� � � � � � � � � � Submitted electronic files should not be compressed. SECTION 5:� REQUESTING GOVERNMENT FURNISHED INFORMATION (GFI) To obtain the GFI documentation, interested companies shall provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement, verifying eligibility and authority to receive export-controlled information.� In addition, interested companies must complete BOTH Terms of Use Agreements (Attachments 1A and 1B of this RFI) and the Classified Material Request form (Attachment 2 of this RFI).� Companies should assert in their requests that they have a Defense Security Service (DSS) issued SECRET facility clearance, providing for SECRET personnel clearances and SECRET safeguarding capability.� The DD Form 2345, completed Terms of Use Agreement, and classified material request form shall be submitted via email to the Contract Specialist, Thomas.D.Williams220.civ@us.navy.mil, and to the Contracting Officer, Melissa.B.Ramirez2.civ@us.navy.mil. Upon receipt, verification of facility clearance, and approval of the GFI request, the GFI will be provided. IMPORTANT: For purposes of this RFI, each company must be able to receive classified documents up to the SECRET level.� However, there will be classified attachments at the TOP SECRET/SCI/U.S. only level included as part of any future solicitation.� Therefore, prime contractors interested in bidding under any subsequent solicitation must be able to receive classified documents up to the TOP SECRET/SCI level and must be a United States (U.S.) company or an independent U.S. subsidiary. �The Navy will consider foreign contractors acting as subcontractors to U.S. prime contractors. �The export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations (ITAR) and requires the issuance of an export license by the U.S. Department of State. Please make the request as soon as practicable as it may take several days for the Government to review and approve access to the documents. INDUSTRY DAY NAVSEA intends to host an Industry Day to discuss the U.S. Navy's FXR requirements.� Industry Day details including dates and registration process will be provided in an update to this RFI. ONE-ON-ONE SESSIONS NAVSEA intends to host one-on-one sessions to allow for interested Contractors to provide feedback regarding the FXR RFI. One-on-one session details including dates and registration process will be provided in an update to this RFI. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. NAVSEA does not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee costs in response to this notice are not considered an allowable direct charge to the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/233c99ab0e9541c2a65f1cc3bd8d5dd8/view)
 
Record
SN06248644-F 20220224/220222230110 (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 |
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.