Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOURCES SOUGHT

12 -- Cooperative Engagement Capability (CEC) Shipboard Antenna Production

Notice Date
2/12/2018
 
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, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N0002418R5210
 
Archive Date
3/9/2018
 
Point of Contact
Shawn Fu, Phone: 2027811087, Jamie Oppenheimer, Phone: 2027813467
 
E-Mail Address
shawn.fu@navy.mil, jamie.oppenheimer@navy.mil
(shawn.fu@navy.mil, jamie.oppenheimer@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is a Request for Information (RFI) as defined in FAR 15.201(e). The Naval Sea Systems Command (NAVSEA) is conducting market research to identify potential sources that possess the capability to accomplish potential future requirements in support of the Cooperative Engagement Capability (CEC) program. ABOUT CEC CEC is a sensor netting system that significantly improves battle force Anti-Air Warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. This in turn provides improved Battle Force Air and Missile Defense by coordinating all ship/air sensor data into a single, real-time, composite track picture supporting integrated fire control. The CEC system is installed aboard US and allied ships (via the Foreign Military Sales (FMS) program) to include cruisers, destroyers, amphibious warfare ships, and aircraft carriers. SCOPE The potential future requirements in this notice consist of the production of export-controlled CEC high-power liquid-cooled shipboard antenna requirements for FY 2019 through FY 2023. The prospective source would provide spares, INCO and ancillary equipment, as well as associated engineering services. NAVSEA anticipates that a majority of the work contemplated under this notice will be performed at the contractor's site. The applicable NAICS code for this notice is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The contemplated scope of work requires demonstrated experience with the production, integration, assembly, test, design, and logistical support of a shipboard antenna. The CEC system is defined by a Government owned Technical Data Package (TDP). However, a known obsolescence issue impacting Transmit and Receive modules for the antenna will require potential sources to identify replacement form, fit and function modules, and any potential award will be based in part on demonstration to the Government that the identified replacements meet form, fit and functional requirements. Due to the nature of these requirements, the company will need to demonstrate the required level of technical expertise and the production capability necessary to deliver the fully tested equipment in time to meet shipyard fielding schedules. SUBMISSION INSTRUCTIONS NAVSEA invites all interested potential sources, including small business concerns, to submit written information sufficient to demonstrate the respondent's ability to fulfill the requirements. Qualified firms must demonstrate that they possess the requisite facilities, equipment, and capabilities to perform the work. Please note that a minimum US facility security clearance level of SECRET is required prior to award. Responses be submitted via email to the points of contact listed in this notice, and must be received no later than February 22, 2018. Please ensure that the subject line of any emails containing responses or questions related to this notice includes the name of your firm and "CEC Antenna RFI Response" (without quotations marks). Please limit responses to a maximum of ten (10) pages in length, excluding the cover page, with a minimum font size of 10 points. All information received bearing 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 contacts listed in this notice. Responses to this notice must include the following: COVER PAGE Include a cover page containing the following information: a.Solicitation number for this notice (N00024-18-R-5210) b.Company Name c.Mailing address and physical address (if different) d.DUNS number e.CAGE code f.Business size status (based on NAICS code 334511) g.Type of small business (if applicable) h.Name, position, email address, and phone number of point(s) of contact COMPANY INFORMATION a.Provide number of employees employed by company, and annual revenue/receipts for the last 3 completed company fiscal years. b.Identify contracts within the last five (5) years with similar scope and provide brief overview of company responsibilities under the contract. REQUIRED EXPERIENCE AND CAPABILITIES a.Production of a data distribution antenna for use in littoral and blue water Naval environments If a contract is awarded, the company will be provided a TDP for a legacy CEC shipboard antenna. Please provide an overview of your company's experience and capabilities producing shipboard equipment, including specific experience in DDS equipment, high-power Radio Frequency (RF) equipment, RF testing, and using a Government-provided TDP. The overview should describe experience with current or past contracts (USN or DoD) in the following: i.Manufacture and assembly of complex mechanical enclosures and radomes for RF equipment and antennas in a production environment ii.Manufacture and test of electrical components and electronic circuit card assemblies in RF equipment and antennas iii.Acceptance testing of items manufactured to a TDP and COTS items, including RF equipment and antennas iv.Production, integration and testing of RF radiating technologies such as (but not limited to) Gallium Arsenide and Gallium Nitride Monolithic Microwave Integrated Circuits (MMIC) v.Troubleshooting high-power liquid cooled planar phased arrays, including beam formation, calibration, and steering vi.Formation of test procedures and fabrication of test fixtures for RF equipment and antennas, including all Line Replaceable Units (LRU) assemblies vii.Availability of facilities to conduct testing of high-power RF equipment (e.g. compact antenna range, outdoor antenna range) Interested companies must also summarize their experience working under USN or DoD contracts and production capacity to support the following activities and processes: i.Managing all design and production aspects of radiating RF equipment hardware production program ii.Providing systems engineering to design, develop, test, qualify, produce, deliver and support display, videos, printers and related hardware iii.Conducting formal design and test reviews in accordance with the PEO IWS/NAVSEA 05H Technical Requirements Manual (TRM) iv.Implementing and maintaining a Configuration Management (CM) program v.Managing obsolescence to include a Diminishing Manufacturing Sources and Material Shortages (DMSMS) plan and metrics vi.Implementing and maintaining a Reliability, Maintainability and Quality Assurance (RMQA) program vii.Development, implementation, and maintenance of a Risk Management Plan to identify, evaluate, and mitigate program risks including technical environmental, safety, cost, and schedule components viii.Conducting Life Cycle Cost (LCC) analyses and updates b.Engineering Services to define and update a TDP While production efforts comprise the primary requirements, potential sources must possess the capability to identify a form-fit-function replacement for obsolete Transmit and Receive modules in the existing antenna design. The Government also may require engineering support in updating the TDP over the course of the contract. Additionally, the company may be required to develop the components and associated drawings and documentation to address production component obsolescence, and delivery of technical data required by the Navy to define the follow-on baselines. Describe your company's capabilities and experience in providing engineering services developing, producing and qualifying RF components to meet Government provided unit specifications. The Navy is interested in understanding interested companies' analytical and documentation process for TDPs. To that end, the response should address experience with defining, developing and updating the following: i.Concept Design Documents ii.Developmental Design Drawings and Associated Lists iii.Product and Line Replaceable Unit (LRU) Drawings and Associated Lists iv.Hardware Engineering Design Documents and Parts List v.System, Power and Environmental Requirements vi.Interface Specifications and Requirements vii.Interface Control Drawings viii.Cable Block Diagrams ix.Special Inspection Equipment Drawings and Associated Lists x.Special Tooling Drawings and Associated Lists xi.ILS Documentation c. Schedule To support fleet fielding schedules, potential sources must be able to complete production of initial antenna units to support a Production Readiness Review in 4QFY20. Discuss any circumstances or capabilities that would accelerate or impede your company's ability to deliver antennas by the required dates. d.Barriers to Competition Please identify any obstacles to competition in the areas of engineering processes, production facilities, test facilities, or scope of work that would hinder or restrict your company's involvement in a future competitive procurement. In addition, the company should recommend solutions or mitigation paths for the Navy to overcome the obstacles. DISCLAIMER This notice is not a request for proposals. Per FAR 15.201(e), responses to this notice do not constitute 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. The Government makes no representations that a solicitation for the requirements described in this notice will be issued. 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 by the Government in the development of a procurement strategy. Information submitted in response to this notice will become the property of the United States Government. Respondents should properly mark any materials submitted with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records statutes only if properly labeled as such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002418R5210/listing.html)
 
Record
SN04820438-W 20180214/180212231813-e673cb9dfc5e8b2baef982208fc34366 (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.