Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOURCES SOUGHT

A -- JCREW Systems Integrator In Support of JCREW System of Systems Technology Insertion/ Technology Refresh

Notice Date
3/14/2011
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002411R6308
 
Response Due
4/28/2011
 
Archive Date
10/28/2011
 
Point of Contact
Vanessa Ochomogo
 
E-Mail Address
1-4983<br
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) for planning purposes, as part of a market survey led by PMS 408, EOD/CREW Program Office, Program Executive Office Littoral Mine Warfare (PEO LMW). It is not a Request for Proposal. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Background The Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) initiative is meeting urgent and compelling operational requirements to counter the threat posed by Improvised Explosive Devices (IED) in order to reduce combat fatalities during Operation Iraqi Freedom (OIF) and Operation Enduring Freedom (OEF). This has resulted in a number of urgent procurements in past years. The Joint CREW I1B1 acquisition program (formerly JCREW 3.3) provides the military services with an electronic warfare capability to counter the threat from Radio-Controlled IEDs (RCIED). The JCREW System of Systems (SoS) approach includes three distinct systems that utilize common hardware, software and firmware components. These systems are the: dismounted system (man-portable), mounted system (ground and waterborne), and fixed site system (semi-permanent geographical area and fixed). The system architecture ™s open, modular and flexible design ensures the ability to upgrade the product baseline for performance, affordability, availability and reliability reasons. PMS 408 EOD/CREW is using an śOpen Business ť philosophy and approach to extract maximum benefit from the JCREW I1B1 modular system architecture. The JCREW open business acquisition strategy leverages the benefits of open architecture design elements to create the means for third-party technology innovators to participate in a coherent development, procurement and validation of system and sub-system level technology insertion /technology refresh (TI/TR). PMS 408 EOD/CREW plans for a series of incremental developments to enable: 1) two or three year technology insertion (updates cut into the existing production line) to include software, firmware or hardware, 2) a second incremental update four or six years after Initial Operational Capability (IOC) for architecture changes, and 3) periodic technology refresh (back fit actions on fielded systems) in order to maintain common baselines, to account for obsolescence and to counter the rapidly evolving threat. To successfully integrate third-party innovator hardware, software and firmware modules and components, PMS 408 plans to partner with and use a śJCREW System Integrator ť. The śJCREW System Integrator ť would be responsible for validating component and module technology maturation levels (TRL 6 minimum and up) and for providing component, module, and system-level installation, integration, testing, measuring and reporting. This work is required to prove successful performance of new or different components and modules installed into the product baseline system architecture. PMS 408 is issuing this RFI in order to gain an understanding of industry ™s technical capabilities, knowledge, experience, ability and interest to execute the śJCREW System Integrator ť concept. Requested Information The respondent is requested to provide information on the following: (a)Industry ™s recommendation regarding how they can help the Government execute śJCREW System Integrator ť activities (b)Industry ™s ability to quickly develop, issue, and effectively manage a number of small value, short term sub-contracts with technology innovators, some of whom may not be familiar with doing work for the U.S. Government (c)Alternative approaches to what has been described in this RFI (d)Identification of risks (e)Identification of cost drivers (f)Identification and examples of good communication and decision-making processes between the JCREW System Integrator and the Government (g)The pros, cons, desire and feasibility of having Government representatives resident at Industry facilities/locations; and/or vice versa (h)Suggestions for a cost effective approach to implement software, firmware and hardware upgrades to fielded systems. The suggested approach should maximize configuration control and balance kit production schedule while maintaining optimum system readiness; and (i)Industry examples of demonstrated past experience in the śJCREW System Integrator ť role. Response Format Interested parties who believe they are capable of performing as a śJCREW System Integrator ť are invited to indicate their interest by providing; (a) company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; and (b) business size and unique qualifiers (e.g. large, foreign, small disadvantaged, 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. Questions may be submitted until 30 March 2011. Each question submitted will be consolidated and published in an amendment to this RFI Request. Questions should be submitted in writing to Vanessa.ochomogo@navy.mil or George.boateng@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002411R6308/listing.html)
 
Place of Performance
Address: 1333 Isaac Hull Ave SE Stop 2050
Zip Code: , Washington Navy Yard, DC
 
Record
SN02400344-W 20110316/110314234533-c91704d3806baf9dc0f4b115e39e58d5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.