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

14 -- Request for Information AEGIS SPY-1D Transmitter Group and MK 99 FCS

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
N00024-18-R-5104
 
Archive Date
3/27/2018
 
Point of Contact
Eric Horan, Phone: 7036045875
 
E-Mail Address
eric.horan@navy.mil
(eric.horan@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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 evaluation, implementation and proofing of equipment changes, related engineering services and repairs, modifications/alterations including Solid State Switch Assembly (SSSA),and Ballistic Missile Defense (BMD) Kill Assessment System (KAS), overhauls, refurbishments, Diminishing Manufacturing Sources (DMS) and life-of-type procurement of parts and assemblies to support DMS case resolution, Integrated Logistics Support, maintenance and Field Engineering Services associated with the AEGIS Missile Fire Control System (MFCS) MK 99, for AN/SPY-1Transmitter Group configurations, and ancillary equipment. Orders may also be issued for studies, analyses, evaluation and testing, training, and preparation and/or update of documentation (drawings, manuals, and instructions) related to the MFCS MK99 and AN/SPY-1 Transmitter Group. Additionally, depot support may require installation and checkout spares (INCO), repair parts, accessories, tools, replenishment of spares and repair parts, and necessary packaging and marking. 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, a prospective offeror would need to demonstrate the required level of technical expertise, as well as the ability to furnish the required non-recurring engineering and tooling necessary to perform the engineering analysis and studies needed for corrective repairs, obsolescence analysis, troubleshooting, and fault tracing and resolution. 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 point of contact listed at the bottom of this notice, and must be received no later than 5:00PM Eastern Daylight Time (EDT) on 12 March 2018. The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice and "SPY-1D Transmitter Group and MK 99 FCS Sources Sought Notice." Please limit responses to a maximum of eight (8) pages in length, excluding the cover page, based on a minimum font size of 10 points. 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 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/N00024-18-R-5104/listing.html)
 
Place of Performance
Address: Washington Navy Yard, 1333 Issac Hull Avenue SE, District of Columbia, 20376, United States
Zip Code: 20376
 
Record
SN04820516-W 20180214/180212231844-a458cf4b114cb74aec46d98c30a78f9b (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.