USN AEGIS Multi-Mission Signal Processing (MMSP) Equipment System, Tactical System Testing, MK 78 Warhead Data Receiver Cabinets (WDRC) Equipment, Special Test ...

expired opportunity(Expired)
From: Federal Government(Federal)
USN_MMSP_WDRC

Basic Details

started - 01 Mar, 2018 (about 6 years ago)

Start Date

01 Mar, 2018 (about 6 years ago)
due - 02 Apr, 2018 (about 6 years ago)

Due Date

02 Apr, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
USN_MMSP_WDRC

Identifier

USN_MMSP_WDRC
Department of the Navy

Customer / Agency

Department of the Navy

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Information forUSN AEGIS Multi-Mission Signal Processing (MMSP) Equipment System, Tactical  ystem Testing, MK 78 Warhead Data Receiver Cabinets (WDRC) Equipment, Special Test Equipment (STE) and Engineering ServicesRFI Description:This is a Request for Information (RFI) as defined in FAR 15.201(e). The Government is requesting information regarding industry's capabilities and related experience for engineering and production of the Navy's future AN/SPY-1 radar Multi-Mission Signal Processor (MMSP) and MK78 Warhead Data Receiver Cabinets (WDRC) for FY 2021 through FY 2025. The primary efforts include:1. Production of MMSP Equipment Suite Configuration Revision, which consists of three (3) RF Processor Cabinets, two (2) Digital Processor Cabinets, and one (1) Beam Steering Controller per ship, ancillary equipment, and spares.2. Production of WDRC equipment Cabinets (2 per shipset) and associated spares to include installation support material.3. Engineering services to
update and maintain the Level 3 Technical Data Package (TDP) as defined in MIL-STD-31000.4. Engineering test facility, Electromagnetic Interference (EMI) shielded (Faraday cage), controlled, filtered electronic cooling system with capacity to cool multiple systems, and capable of handling classified and Communications Security (COMSEC) equipment and services to conduct MMSP and WDRC system level testing.The USN program provides the human machine interface to allow operators access to their mission applications and related tactical requirements. This is shipboard tactical equipment which meets Navy Surface Ship Environmental Qualification Requirements (to include MIL-STD-901D shock, MIL-STD-167 vibration and MIL-STD-461 EMI) for installation aboard US and Foreign Military Sales (FMS) ships.The Government anticipates a majority of the work to be performed at the contractor's site.The applicable NAICS code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.RFI Purpose:The Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office Integrated Warfare Systems (PEO IWS) has issued this RFI to gauge industry interest and capability in providing production and engineering for the USN's future AN/SPY-1 radar MMSP that enables integrated air and missile defense, for the WDRC equipment, and for industry to identify barriers to their participation in a future competitive procurement.PEO IWS is interested in the full potential of industry responses including small businesses.The scope of work requires demonstrated experience with the production, integration, assembly, test, design, and logistical support for radar signal processing equipment. Due to the nature of this requirement, the company will need to demonstrate the required level of technical expertise and the production capability necessary to deliver the fully tested equipment on time to meet shipyard schedules.Interested parties shall address the following in the RFI submission:1. Company Informationa. Provide company name, address, DUNS number, CAGE code, tax identification number, designated representative name(s) and point of contact, including phone numbers and e-mail addresses.b. Provide number of employees employed by company, and annual revenue/receipts for the last 3 completed company fiscal years.c. Identify contracts within the last five (5) years with similar size and scope to the MMSP and WDRC requirement and provide brief overview of company responsibilities.d. Identify classified facility and secured spaces by CAGE code able to handle design, production, and system level testing to SECRET and for equipment containing COMSEC.e. If a small business, identify type of small business (e.g. 8(a), Hubzone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned).2. Required Experience and Performance Capabilitya. Production of MMSP and WDRCIf a contract is awarded, the company will be provided a USN Level 3 TDP for MMSP and WDRC first article build, test and subsequent full-rate production. Please provide an overview of your company's experience and capabilities for producing shipboard equipment, including specific experience in complex tactical processing systems using a Government provided Level 3 TDP. The overview should describe current or past contracts providing:i. Tactical Equipment Production including RF and Digital Processing Cabinetsii. Spare Modulesiii. EMI shielded Testing facilities with a controlled, filtered electronic cooling system with capacity to cool multiple systems to include Special Test Equipment (STE) design and integration experienceiv. Facility Capabilities and Security requirements for equipment containing COMSEC classified as SECRETv. Miscellaneous hardware to include cabinets locksInterested companies must also summarize their experience working under USN or DoD contracts and production capacity to support the following activities.i. Managing all design and production aspects of a signal processing and warhead data receiving equipment production program.ii. Providing systems engineering to design, develop, test, qualify, produce, deliver and support signal processing and warhead data receiving as well as other 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 in accordance with NAVSEAINST 4130.12B.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. Planning and implementing a production program.viii. Conducting Life Cycle Cost (LCC) analyses and updates.ix. Providing Integrated Logistics Support (ILS) related technical data, technical publications and supply support analyses such as technical manuals, maintenance procedures/instructions and other training documentation, repair parts lists, tool lists, and provisioning documentation.b. Engineering Services to define and update a TDPDescribe the company's capabilities and experience in providing engineering services for developing and updating TDPs, with specific emphasis on current and future tactical processing in a complex weapon system. The Navy anticipates two phases of Engineering Services for the future contract: Phase I to periodically update/maintain the LEVEL 3 (Production Level) MMSP and WDRC TDPs, as defined in MIL-STD-31000, to address production component obsolescence, and Phase II to provide technical data required by the Navy to define the follow-on configurations to MMSP and WDRC TDPs. The Navy is interested in the company's analytical and documentation process for TDPs. To that end, the company response should address experience with defining, developing and updating:i. Concept Design Documentsii. Developmental Design Drawings and Associated Listsiii. Product and Line Replaceable Unit (LRU) Drawings and Associated Listsiv. Hardware Engineering Design Documents and Parts Listv. System, Power and Environmental Requirementsvi. Interface Specifications and Requirementsvii. Interface Control Drawingsviii. Cable Block Diagramsix. Special Inspection Equipment Drawings and Associated Listsx. Special Tooling Drawings and Associated Listsxi. ILS and Training Documentationxii. Test Methodsc. Production CapacityThe Contractor shall also demonstrate throughput and the capability/capacity to handle the physical components of the system, as well as how the facility can support the Government's required production rates and lead times. The Offeror shall provide evidence of its ability to produce quantities at the required rate, and provide a plan for producing the maximum quantities. A throughput capacity of three (3) MMSP shipsets and five (5) WDRC shipsets (2 receiver cabinets per ship) per year is anticipated. The contractor shall demonstrate that it has the capability and capacity to produce these systems over five years within the required delivery dates. The MMSP Systems' required delivery dates are twenty two (22) months after receipt of order including all factory level system testing, and the WDRC systems' required delivery dates are seventeen (17) months after receipt of order including all factory level system testing. The contractor shall provide the current backlog and dollar value of government and commercial contracts on hand, including projected quantities and a summary description of supplies. The production rates and lead times identified above are required to meet both Navy surface ship modernization program schedules.Provide a top-level manufacturing plan and work flowchart demonstrating throughput and major process activities beginning with contract/delivery order award through delivery of the maximum required monthly quantities as identified above.d. Barriers to CompetitionPlease 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.e. Financial StatusThe contractor shall provide the government with its most recent following financial statements: balance sheet, statement of cash flows, and income statement. If the contractor does not maintain the above statements it shall provide the equivalent, non-public financial statements that comply with the U.S. Generally Accepted Accounting Practices (GAAP) for Private Companies guidance as promulgated by the Financial Accounting Standards Board (FASB) and the Private Company Council (PCC) December 23, 2013.The contractor shall demonstrate that it has the financial capability to perform the required throughput capacity of three (3) MMSP Shipsets per year beginning twenty-two (22) months after contract award, as required and five (5) WDRC Shipsets per year beginning seventeen (17) months after contract award, as required, over five years of the contract. Specifically, the Contractor shall identify how it would finance the ordering of material in advance of Progress Payments in accordance with small business DFARS clause 252.232-7004.NOTE: RFI responses are limited to 20 pages or less, 1 inch margins and 10 point Times New Roman font or larger. Industry shall possess a facility security clearance level of SECRET.The Navy is conducting market research to identify qualified and responsible sources that may be interested in the requirements described in this notice. This RFI is issued for informational and planning purposes only and does not constitute a solicitation or a Request for Quote (RFQ). This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records law only if properly labeled as such.RFI Responses:Interested companies should provide a response on or before 4:00pm, 02 April 2018. Each submission should include one electronic (virus scanned) copy sent via e-mail to Department of the Navy, Commanding Officer, Naval Sea Systems Command, ATTN: PCO Stephanie Gerow, email: stephanie.gerow@navy.mil. Please include the RFI Title in the subject of the e-mail.All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. 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 contact listed in this notice.

SEA 02 1333 Isaac Hull Avenue SE Washington Navy Yard, District of Columbia 20376 United StatesLocation

Place Of Performance : SEA 02 1333 Isaac Hull Avenue SE Washington Navy Yard, District of Columbia 20376 United States

Country : United StatesState : District of Columbia

Classification

334 -- Computer and Electronic Product Manufacturing/334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 12Fire Control Transmitting and Receiving Equipment, except Airborne