Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
MODIFICATION

10 -- AEGIS Weapon System (AWS) SPY-1 Transmitter Group and MK99 Fire Control System (FCS) Production

Notice Date
3/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-17-R-5112
 
Point of Contact
Stacy M. Crisman, Phone: 2027814081, Eric Horan, Phone: 202-781-1745
 
E-Mail Address
stacy.crisman@navy.mil, eric.horan@navy.mil
(stacy.crisman@navy.mil, eric.horan@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Update - 22 March 2017 - This announcement is amended to exclude the Integrated Master Schedule from the 8-page limit in responses to this sources sought. ____________________________________ The Naval Sea Systems Command (NAVSEA) is conducting market research to identify potential sources that possess the capability to perform efforts in support of the AEGIS Weapon System (AWS) SPY-1 Transmitter Group and MK99 Fire Control System (FCS) production program. The requirements include the production and testing of the FCS MK 99 MOD 14 for new-construction ships beginning in FY 2020. Additional requirements include the evaluation, implementation and proofing of equipment changes, related engineering services and repairs, modifications/alterations, and production of ORDALTs including AEGIS Modernization (AMOD) and Ballistic Missile Defense (BMD) Kill Assessment System (KAS), AN/SPY-1 Radar Transmitter and Multi-Mission Capability (MMSP) and RF Coherent Combiner (RFCC), High Voltage Power Supply (HVPS) Sidewall Capacitors (SWCs), Solid State Switch Assembly (SSSA), and Stabilized Master Oscillator (STAMO), overhauls and refurbishments. The scope of work requires demonstrated direct experience with the production, integration, assembly, test, overhaul, design, development, life-cycle engineering, maintenance and logistical support for the AWS SPY-1 Transmitter Group and MK 99 FCS. Due to the nature of this requirement, prospective offerors must demonstrate the required level of technical expertise, a responsive and stable supplier base, as well as the ability to furnish the required non-recurring engineering, special test equipment, and tooling necessary to perform the engineering analysis and studies needed for corrective repairs, obsolescence analysis, troubleshooting, fault tracing and resolution. Assuming a projected June 2018 award, prospective offerors shall provide an integrated master schedule (IMS) demonstrating the ability to produce, assemble, qualify, test and deliver a FCS MK 99 MOD 14 equipment set by the required delivery date (RDD) of 31 August 2020 as well as seven (7) subsequent FCS MK 99 MOD 14 equipment sets delivering at a five (5) month takt rate. Prospective offerors shall also provide an IMS demonstrating the ability to produce, assemble, qualify, test and deliver the AN/SPY-1 Radar Transmitter MMSP and RFCC ORDALT kit by the RDD of 28 February 2020. All potential sources with the capability to accomplish the requirements referenced in this notice are invited to submit written information sufficient to demonstrate the respondent's ability to fulfill the requirements described in this notice. Responses to this notice must be submitted via email to the points of contact listed at the bottom of this notice, and must be received no later than 5:00PM Eastern Daylight Time (EDT) on 27 March 2017. The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice and "MK 99 FCS and AMOD Sources Sought Notice." Please limit responses to a maximum of eight (8) pages in length, excluding the cover page and IMS, based on a minimum font size of 10 points, Times New Roman, with one-inch page margins. Include a cover page with your response that lists the following information: a. Solicitation Number for this Notice b. Vendor/Company Name c. Vendor Mailing Address and Physical Address (if different) d. Name of the Point of Contact e. Email Address f. Phone Number g. Vendor DUNS Number h. Business Size Status (based on NAICS code for this notice) i. A list of all NAICs codes as identified in the vendor's Online Representations and Certifications Application (ORCA) All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of listed in this notice. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-5112/listing.html)
 
Record
SN04444473-W 20170324/170322235326-b0da16ed627804d0acb7d00d5332a392 (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.