SPECIAL NOTICE
99 -- Market Research and Request for Information (RFI): Man Transportable Robotic System Increment TWO Navy Configuration
- Notice Date
- 11/1/2023 10:48:50 AM
- Notice Type
- Special Notice
- Contracting Office
- NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
- ZIP Code
- 20640-1533
- Solicitation Number
- N0017424SN0010
- Response Due
- 11/16/2023 9:00:00 AM
- Archive Date
- 12/01/2023
- Point of Contact
- Kristy Hoffman, Phone: 3017446607, Devon Gormley, Phone: 3017446612
- E-Mail Address
-
kristy.r.hoffman.civ@us.navy.mil, devon.m.gormley.civ@us.navy.mil
(kristy.r.hoffman.civ@us.navy.mil, devon.m.gormley.civ@us.navy.mil)
- Description
- Federal Acquisition Regulation (FAR) Part 10 requires the Government to conduct market research before developing new requirements documents for an acquisition. Results of market research will be used to determine whether qualified sources exist and if alternative support strategies will meet Government requirements. One of the ways the Government conducts market research is to issue a Request for Information (RFI).� A RFI provides a broad statement of need, briefly describes the Government�s intention regarding program/acquisition approach, and identifies key events in the acquisition program schedule. Description: This is a Request for Information (RFI) seeking to identify vendors that will be able to provide Engineering Services, Depot Support and Engineering Enhancements to the U. S. Navy Configuration of the MTRS II systems. Background: The U.S. Navy has decided to establish a stand-alone configuration of the MTRS II system from the U.S. Army Program of Record. �The purpose of this separate configuration is to address Navy specific user requirements which include integration of the Flexible Cyber Secure Radio (FlexCSR). Requested Information: Respondents are requested to provide information on the following: Vendors approach to supporting Government efforts to integrate FlexCSR system into the MTRS II systems. Vendors approach to supporting Government with integrating any Risk Management Framework security controls that are required to establish the Authority to Operate for the Navy configuration. Vendors approach to providing software engineering support to include testing for modifying bi-annual software updates provided by the U.S. Army to the Navy configuration. Vendors ability to provide Depot level repair actions in the event the OEM is unable to provide Depot level repair actions.� Responses should address repair parts acquisition and management, mean time to repair estimates and supply chain management application used to track maintenance actions. Vendors approach to addressing U.S. Navy user requirements for increased effectiveness of the systems.� Examples are enhanced mobility on soft ground, ability to operate in a MESH network environment, and integration of an OCU that has the capability of controlling multiple platforms. Response Format: Interested parties who believe they are capable of performing the requested system engineering tasks are invited to indicate their interest by providing: (a) Company name, company address, overnight delivery address (if different form mailing address), cage code, point of contact, email address, telephone number, fax number, and (b) Business size and unique qualifiers (e.g. large, foreign, small, disadvantage, veteran owned, woman owned, etc.). Interested parties are requested to respond to this RFI in Microsoft Word for Office 2007 compatible format. RFI responses are limited to 15 pages, including cover and administrative pages. Response documents shall be written using a 10 point font size or larger. Response Deadline and Submissions: Responses are requested no later than November 16, 2023 at 1200 ET. �Responses shall be submitted via email to Kristy Hoffman (Kristy.r.hoffman.civ@us.navy.mil) and Devon Gormley (Devon.m.gormley.civ@us.navy.mil). Questions may be submitted until November 9, 2023. �All questions will be consolidated and published in an amendment to this RFI. �Submit questions via email to Kristy Hoffman (Kristy.r.hoffman.civ@us.navy.mil) and Devon Gormley (Devon.m.gormley.civ@us.navy.mil). This information is requested for market research only. It is NOT a Request for Proposal, and does not commit the Government to any contractual agreement. The Government will not award a contract based on response to this RFI. The Government does not agree to reimburse or pay any costs for preparing or submitting information in response to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/023581ad88b64c188f9bbb1df5562df9/view)
- Place of Performance
- Address: Indian Head, MD 20640, USA
- Zip Code: 20640
- Country: USA
- Zip Code: 20640
- Record
- SN06873091-F 20231103/231101230054 (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 |