Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
SOURCES SOUGHT

J -- Aegis Weapon System (AWS) Q70 Advanced Dispay System

Notice Date
12/14/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-17-R-0032
 
Archive Date
1/7/2017
 
Point of Contact
Ken Rosenberg, Phone: 805-228-0373, Deborah D. Stout, Phone: 805-228-8001
 
E-Mail Address
kenneth.rosenberg@navy.mil, deborah.stout@navy.mil
(kenneth.rosenberg@navy.mil, deborah.stout@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement (DFARS) (PGI) 206.302-1(d). The Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), Port Hueneme, California, intends to issue a Basic Ordering Agreement (BOA) on a sole source basis to both Lockheed Martin Rotary and Mission Systems, Cage Code 52088, 9500 Godwin Dr. Manassas City, VA 20110 (LM-RMS) and DRS Laurel Technologies, Cage Code 0ERB9, 246 Airport Road, Johnstown, PA, 15904 (DRS-LT) for In Service Engineering Agent (ISEA) Design Engineering and Integrated Logistics Support, including engineering, research, specialized technical support services and interdependent integration of the legacy Advanced Display Systems (AN/UYQ-70), which may also include occasional and/or intermittent RDT&E effort, logistics, and material management for repair, modification, overhaul, replacement, and fleet support. General Scope of Work : The AN/UYQ-70 ADVANCED DISPLAY SYSTEM (Q-70 ADS -or- Q-70 -or- ADS) is a continuously evolving family of display, processor, and network systems, designed to satisfy a wide spectrum of mission critical and mission essential applications. In conjunction with this objective, it is concurrently a Software Operating Environment built to comply with Open Architecture (OA) standards, incorporating functionally modular designs comprised of Commercial-Off-The-Shelf (COTS)/Non-Developmental Item (NDI) software and hardware components. These components integrate together using industry-accepted software and communication interface standards IAW Prime Item Development Specifications (PIDS). This OA approach using COTS/NDI products and industry interface standards allows for reduced development time, reduced non-recurring and recurring costs and shortened procurement schedules, as well as timely technology upgrades at the component, module, and system levels which hosts and executes customer combat and weapon systems (i.e., ACDS, AWS, CEC, C2P, SGS, E- 2C) application software to provide the required operational display, peripheral processor, and network requirements, and advanced capabilities. Additionally, it is a System Integrator Support Structure, which includes CDVD / PBL, obsolescence management and ILS for the Q-70 Equipment. Q-70 equipment is installed on numerous classes of surface ships, submarines, and E-2C aircraft throughout the USN & FMS Fleet. ISEA engineering, logistics and technical support services include but are not limited to US Navy, US Coast Guard, equipment of foreign navies (under Foreign Military Sales (FMS) Cases) with travel consisting to both CONUS and OCONUS destinations. Work will apply to equipment including sub-assemblies, operating systems, and computers. This also includes provisions of spares, repair of components and assemblies; upgrading technical refresh kits including Integrated Logistics Support (ILS) product change development; production and installation, software maintenance and upgrades, equipment refurbishment, in-service engineering and field services, reliability engineering, failure mode effects and criticality analysis and redesign, commercial component; and obsolescence management including vendor monitoring, replacement qualification, testing, and ILS product updates. The Naval Surface Warfare Center, Port Hueneme Division (NSWC-PHD) has been assigned as the In-Service Engineering Agent (ISEA) for the AEGIS Weapon System (AWS). A prospective BOA will provide for engineering, logistics and limited production services required to provide Legacy Life-Cycle In-Service Support for Q-70 equipment primarily integrated into the AWS, as well as other such combat and weapon systems as may be approved by the U.S. Navy Program Executive Office for Integrated Weapons Systems, Integrated Combat Systems Directorate (PEO IWS1). >>>>>>>>>>>>>>>>>>>> Two existing BOAs were awarded on 26 February 2016; Lockheed Martin RMS is supporting this requirement under agreement N63394-16-G-0001, and DRS-LT is also supporting this requirement under agreement N63394-16-G-0002. They are set to expire on 23 February 2018. This notice relates to the follow-on BOAs which are anticipated to be awarded in the 2nd Quarter of Fiscal Year 2018 (FY18). Subsequent to the award of these BOAs, the Government's intention is to conduct a limited competition between the two BOA holders for all AN/UYQ-70 Advanced Display Systems ISEA support. Lockheed Martin RMS and DRS Laurel Technologies are the original equipment manufacturer for the AN/UYQ-70 Advanced Display Systems and the only known responsible sources capable of fulfilling the Navy's requirements for continued support without both substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency's requirements. It is anticipated that the BOAs will each consist of one 60-month ordering period and have an anticipated Period of Performance of 27 February 2018 through 26 February 2023. The estimated value for all orders under the two BOAs is $96.2M. The principle places of performance are OCONUS locations. Parties interested in subcontracting opportunities should contact Lockheed Martin RMS and DRS-LT directly. Note: This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. §2304(c)(1), as implemented in FAR 6.302-1. This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received within 45 days after the date of publication of this notice. Interested persons may identify their interest and capability to respond to the requirement. A determination by the Government not to solicit proposals from more than the currently identified two sources for performance under the contemplated agreements based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. >>>>>>>>>>>>>>>>>>>> The Government contemplates a five-year ordering period. (THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS). However, responsible, interested parties may identify their interest and capability by responding to this notice with requirement's capabilities statements as instructed below: a) Interested companies should submit, on company letterhead, a notice of interest including the name, telephone number, mailing address, and e-mail address of one point of contact. Responses to this notice should not exceed five (5) single-sided (Times New Roman, minimum 12 point font) pages. Submission shall be in Microsoft Word or Adobe Acrobat (5MB limit) and shall be sent electronically to: kenneth.rosenberg@navy.mil, and include as cc: Deborah.stout@navy.mil ; with "Aegis Weapon System Advanced Display System (Q-70) Sources Sought Response" in the subject field. The deadline to submit responses is requested by 11:30 AM Pacific Time, 23 December 2016. b) The Capability Statement shall succinctly address the following eight items to demonstrate the contractor's capability to perform the general scope of work: (1) What type of relevant work the company has performed in the past in support of the same or similar work; (2) If the company has managed a task of this nature before; (how recently and to what range and depth/magnitude) (3) The contractor's documented and proven ability to effectively manage a team of subcontractors or multiple subcontractors in order to conduct all of the requirements of the general scope that will not be performed by its own resources; (4) The specific technical skills the company possesses which ensure capability to perform the requirements described in the General Scope section; (5) The contractor's technical ability, or potential approach to achieving technical ability, to perform at least 50% of Aegis Weapon System (AWS) Q70 Advanced Display System - the cost of orders incurred for personnel with its own employees; and (6) Business size and status of company (i.e. socioeconomic categories) (7) The contractor's ability to obtain and maintain at minimum a security clearance level of SECRET for selected labor categories; and (8) The contractor's ability to support a multi-site workforce. Demonstrated ability to manage, technical ability and capacity may include citing (using contract and/or Task Order Number) and describing the same or similar relevant performance but does not limit the interested contractor's approach to demonstrate capability. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as a solicitation has not been prepared at this time. Notice Regarding Announcement : Please note that this announcement is for market research and planning purposes only to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind. Other : The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided. The Government is not requesting interested parties to provide brochures and/or generalized sales-pitch language. Capability and Capacity information shall be specific (quantified as appropriate) and not theoretical in nature to the greatest extent practicable. For instance, a notification of intent to partner with numerous firms to acquire appropriate resources should be supported with formal agreements and/or letters of intent as well as a provision of projects where the parties have successfully teamed together in the past. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for, or award, a contract. No telephone responses will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-17-R-0032/listing.html)
 
Place of Performance
Address: Naval Surface Warfare Center, Port Hueneme Division, CONUS & OCONUS locations, 4363 Missile Way, Port Hueneme, California, 93043, United States
Zip Code: 93043
 
Record
SN04351502-W 20161216/161214234313-7c2ecb4c1e8313c4042162ed47043a1a (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.