Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2022 SAM #7659
SOURCES SOUGHT

12 -- Zumwalt Enterprise Upgrade Solution

Notice Date
11/17/2022 12:30:16 PM
 
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
N00024-23-R-5559
 
Response Due
12/16/2022 12:00:00 PM
 
Point of Contact
Jessica L. Sanchez, Phone: (202) 781-4430, Brittany M. Burton, Phone: (202) 781-0611
 
E-Mail Address
jessica.l.sanchez63.civ@us.navy.mil, brittany.m.burton4.civ@us.navy.mil
(jessica.l.sanchez63.civ@us.navy.mil, brittany.m.burton4.civ@us.navy.mil)
 
Description
Sources Sought Announcement Zumwalt Enterprise Upgrade Solution (ZEUS) Anticipated Solicitation Number: N00024-23-R-5559 Agency: Department of the Navy Office: Naval Sea Systems Command (NAVSEA) Location: NAVSEA Headquarters 1. SYNOPSIS This is a sources sought announcement in accordance with FAR 15.201 and in anticipation of a potential future procurement. This is NOT a Request for Proposal (RFP). No solicitation exists at this time. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. The Naval Sea Systems Command (NAVSEA) is conducting market research to assess opportunities to improve supportability and interoperability of the Zumwalt Class destroyers by replacing Zumwalt-unique components and systems with analogous systems, which are common with other U.S. Navy surface combatants. This concept is referred to as the Zumwalt Enterprise Upgrade Solution (ZEUS). The Government is seeking responses from sources with the facilities and proficiency required for executing any of the capabilities listed in Enclosure (1). 2. RESPONSE REQUIREMENTS 2.1 General. Interested parties shall submit, on company letterhead, one white paper including the name, telephone number, mailing address, and e-mail address of one point of contact. Please send the white paper via email to the Contracting Officer, Jessica Sanchez, at Jessica.L.Sanchez63.civ@us.navy.mil and Contract Specialist, Brittany Burton, at Brittany.M.Burton4.civ@us.navy.mil with�""N00024-23-R-5559 � ZEUS Sources Sought"" in the subject field. The white paper should demonstrate the company's capabilities and experience to design, build, integrate, test, and/or produce applicable combat system elements and/or subsystems to support the ZEUS concept. Failure to provide a response does not preclude participation in any possible future RFP, if issued. 2.2 Page Format. Responses shall be submitted in Microsoft Word or Adobe Acrobat Portable Document Format (PDF) format and reference: N00024-23-R-5559 � ZEUS Sources Sought. Page size must be 8.5 x 11 inches. The top, bottom, and side margins must be at least 1 inch. Pages must be numbered sequentially. The text must be no less than 12 points and use Times New Roman font. 2.3 Page Limitations. The white paper shall not exceed 10 single-sided pages. Each page must be counted except for the following: Cover Page Company Information Size Status 2.4 Organization & Content. Responses shall be organized into the following sections with the following information: � � �A.) Introduction � Provide a brief company introduction and relevant details of the company/organization, including any potential teaming approach. Additionally, interested parties shall identify if their company has the capability to be a prime contractor or if it is only interested in subcontracting opportunities. Ensure responses include the following information: Company Name Company primary and alternate points of contact (title, email and phone) Company Address DUNS Number CAGE Code Size Status � � �B.) Capabilities � Succinctly address the contractor�s ability to manage the types and magnitude of tasking, technical ability to perform the task, and the capacity to conduct the requirements of the task. � � �C.) Experience �This section should include specific demonstrated capabilities, knowledge, and experience for each capability. Identify any demonstrated expertise and experience that can be directly applied to the development and evaluation of Navy combat system capabilities. Does your company have a satisfactory performance record for the type of work required?� Please provide examples of relevant and recent (within three years) past performance. � � �D.) Place of Performance � Provide the expected place of performance. Identify existing facilities for manufacturing, assembly, and component, subsystem, and system integration, qualification, production, and testing required to support ZEUS on Zumwalt Class destroyers. � � E.) Estimated Cost/Price � No estimated cost or price is requested at this time. This sources sought will help the Government determine if there are sources capable of satisfying its potential requirements. 2.5 Classification. Interested parties must ensure responses are unclassified and appropriately marked. 2.6 Business Size. Large businesses, small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUB Zone small businesses, and women-owned businesses are all highly encouraged to submit a response. 2.7 Deadline. Interested parties shall submit one electronic response via email by 3:00pm Washington, DC local time on 16 December 2022, to jessica.l.sanchez63.civ@us.navy.mil and brittany.m.burton4.civ@us.navy.mil. 3. DISCLAIMER This sources sought is issued solely for Market Research purposes. It does not constitute a RFP or a promise to issue an RFP in the future. This sources sought does not commit the Government to solicit offers or award a contract. The information provided in this sources sought is subject to change and is not binding on the Government. The Government may request further information regarding respondents� self-assessed capabilities and may request a presentation and/or a site visit.� Any such requests would not signify preference nor solicitation. Respondents are advised that ALL costs associated with responding to this sources sought will be solely at the interested parties� expense, and the U.S. Government will not pay for any information or costs incurred or associated with submitting a response to this sources sought. Enclosure (1): A.) Several assumptions and constraints of the ZEUS concept should be taken into account for any responses, including: AN/SPY-3 radar would be replaced with the AN/SPY-6(v)3 Total Ship Computing Environment infrastructure (TSCEi), which includes core data processing and ship-wide network infrastructure, will be modernized prior ZEUS to support infrastructure as a service (IaaS) and would not be part of the scope of the upgrade.� Additionally ship control, integrated communications, and other select functions not associated with the combat system will remain in TSCE.� �� Primary mission of the DDG 1000 class remains Surface Strike Radar cross section requirements remain Topside design impacts should be minimized Minimal manning concept remains; minimize impacts to manning B.) Potential elements being considered in the upgrade include, but are not limited to: Combat system computer program Common displays CEC SEWIP IFF SQQ-89 MK 41 VLS (internal electronics) �C.) The Government is seeking input from Industry to determine if there are sources with the facilities and proficiency required for executing any of the following capabilities: Systems Engineering, including model-based systems engineering, to support combat system design, development and testing for the ZUMWALT class destroyer platform. Engineering development efforts include: Requirements analysis System architecture Subsystem, component, and test requirements development Design analysis, design integration Cybersecurity engineering Modeling & simulation System integration, verification and validation testing to support combat system certification. Software Development, including coding, testing, integration, deployment, and maintenance of software products. Technical leadership, including integration, coordination, and system engineering across the combat system program for successful integration of all combat system elements. Facilities and manpower to manufacture, integrate, install, and support combat system equipment on the Zumwalt class. Facilities and manpower to support land-based integration and testing. D.) These potential efforts do not reflect any endorsement by the Department of Defense nor do they reflect any policy considerations that may apply to any given concept (e.g., basing arrangements, treaty compliance, etc.). E.) This sources sought and related information will be available only through the Internet at the SAM.gov website (https://sam.gov/). The Government will not provide information in response to any written, telephone, or facsimile requests. F.) Distribution of all future information about this sources sought will be through the SAM.gov website. Interested parties are responsible for monitoring the SAM.gov website to assure they have the most up-to-date information on this notice. Please visit said website and FAQs for information and assistance regarding any downloading or other issues.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e32b38af72304655a645e4e2c8340790/view)
 
Record
SN06521541-F 20221119/221117230111 (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.