Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOURCES SOUGHT

13 -- AEODRS Increment 1 Depot Services - DRAFT PWS

Notice Date
9/29/2014
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N0017414SN0024
 
Archive Date
11/10/2014
 
Point of Contact
Jennifer Barnidge, Phone: 3017446638
 
E-Mail Address
jennifer.barnidge@navy.mil
(jennifer.barnidge@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS Market Research and Request for Information (RFI) For "AEODRS Depot Level Repair Services Provider" In Support of Increment 1 of the Advance Explosive Ordnance Disposal Robotic System 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) for planning purposes, as part of a market survey on services for a Depot Level Repair Services Provider for Increment 1 of the Advanced Explosive Ordnance Disposal Robotic System (AEODRS) program. This RFI is submitted by Naval Sea Systems Command SEA 06 Expeditionary Missions (EXM). This is not a Request for Proposal. Background The Explosive Ordnance Disposal (EOD) community has demonstrated the operational viability of ground robotics and the critical importance of this technology to protect and preserve human life. However, the rapid evolution of robotic technologies and computer processing power and capacity, coupled with the lessons learned from field operations, emphasize the limitations of our currently fielded EOD robots for capability growth. In response, multiple notional concepts have been submitted from EOD operational forces all identifying a need for an Advanced EOD Robotic System (AEODRS). Specifically, these concepts seek to improve mission effectiveness and reduce risks to personnel by further limiting direct human intervention through higher levels of robotic autonomy. The first AEODRS variant, Increment 1, is configured to enhance dismounted EOD operations in remote locations, including situations where Joint Service EOD forces are directly supporting maneuver forces in the anticipation of an incident (e.g., EOD counter-Improvised Explosive Devices (IED) support to dismounted patrols). AEODRS will comply with the Society of Automotive Engineers (SAE) Aerospace Standard (AS-4) (formerly known as Joint Architecture for Unmanned Systems (JAUS) specifications and DoD Joint Technical Architecture (JTA) Guidelines. Hardware capability modules will be designed and built to meet Government mandated physical, electrical and logical interfaces. SEA 06 EXM has adopted Open Business (OB) practices to derive optimal benefit from a Modular Open Systems Approach (MOSA) to robotic system design. The AEODRS OB acquisition strategy leverages the benefits of open architecture design, allowing third-party technology innovators to participate in the development, validation and procurement of system and sub-system level technology insertions (TIs). Block Upgrades will be conducted in response to user driven requirements, advances in technology and in response to Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues through a formalized technology insertion/technology refresh (TI/TR) process. Under the AEODRS Acquisition Plan, a single contract is awarded to a Prime System Integrator (PSI). The PSI is expected to assemble a team of vendors to develop and build the nine (9) defined capability modules that constitute the AEODRS Increment 1 system. The PSI is responsible for configuration management, ensuring all modules conform to the Government mandated physical, logical and electrical architecture. SEA 06 EXM plans to partner with and use an AEODRS Depot Level Repair Services Provider (herein known as The Depot) to provide depot level repair services in support of the sub-systems and capability modules that constitute the AEODRS Increment 1 system. The Depot will be responsible for the materiel maintenance involving major overhaul; rebuilding of parts, assemblies, subassemblies, and end items; manufacture of parts (as required); installing modifications; and functional tests (verification of repair). Additional tasks may include support for lower categories of maintenance by providing technical assistance and software maintenance. The Depot will be required to repair systems and modules for which the Government may not own the data rights. The Depot may be required to operate under an agreement (i.e., Memorandum of Understanding) with the PSI and capability module and subsystem developers that allows The Depot to complete repairs. The Depot will capture all maintenance activities in the Government's Supply Chain Management database. A draft copy of the Depot Performance Work Statement (PWS) is provided for industry review and comment. Requested Information The respondent is requested to provide information on the following: •(a) Industry's recommendation in executing AEODRS Depot Services Provider activities within the Government stated structure. •(b) Industry's experience within the past 3 to 5 years as a Depot Services Provider, identifying how the company effectively solicited, competed, executed and managed multiple sub-contractors and vendors at various tiers under one contract. •(c) Industry's experience providing Depot Level services where the Government does not own the Production Level Technical Data Package. •(d) Risks to the Government and the Depot Services Provider. •(e) Cost drivers to include infrastructure and resources. •(f) Past experience as Depot Services Provider for a Government contract with examples of how innovative ideas and recommendations were integrated. •(g) Alternative approaches to meet the Government's need for Depot support as stated within this RFI and draft PWS. •(h) Minimum amount of time required to establish a Depot ready to accept first damaged modules. Response Format Interested parties who believe they are capable of performing as a AEODRS Increment 1 Depot Services Provider 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 20 pages, including cover and administrative pages. Response documents shall be written using a 10 point font size or larger. The Government acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as confidential under this statute. Pursuant to this statute, the Government is willing to accept any proprietary (e.g., trade secret) restrictions placed on qualifying data forwarded in response to this RFI, and to protect it from unauthorized disclosure subject to the following: 1. Clearly and conspicuously mark qualifying data with the restrictive legend (all caps) PROPRIETARY, including any explanatory text to clearly distinguish those data that need to be appropriately protected. 2. In marking such data, please take care to mark only those portions of the data or materials that are truly proprietary (over breadth or inappropriate marking of data as proprietary may diminish or eliminate the usefulness of your response - see item 3 below). Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected. 3. The Government is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the Government or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the Government will not be protected once in the public domain. Data already in the possession of the Government will be protected in accordance with the Government's rights to those data. 4. Proprietary data transmitted electronically or by physical digital media shall contain the proprietary legend with any explanatory text on both the cover of the transmittal e-mail, the media label, and within the file name.. Where appropriate, use the restrictive legends "Proprietary portion begins:" and "Proprietary portion ends" within the transmittal e-mail. Response Deadline and Submissions Responses are requested no later than October 29, 2014 at 1200 EST. Responses shall be submitted via e-mail only to Ms. Jennifer Barnidge at jennifer.barnidge@navy.mil. Questions may be submitted until October 13, 2014. Questions should be submitted in writing to Ms. Jennifer Barnidge at jennifer.barnidge@navy.mil. Questions will be responded to on an individual basis. An amendment will not be posted responded with all questions and answers.TELEPHONE CALLS WILL NOT BE HONORED. Again, 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 upon responses to this announcement. The Government does not agree to reimburse or pay any costs for preparing or submitting information in response to this notice. Government does not commit to issuing a request for proposal as a result of this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017414SN0024/listing.html)
 
Record
SN03535783-W 20141001/140930022437-4b6743e5a2e1bbea4f680f02d3296290 (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.