Request for Information for Engineering Service hours for the DDG-51 Modernization Machinery Control System (MCS)

expired opportunity(Expired)
From: Federal Government(Federal)
N00024-19-R-4110

Basic Details

started - 25 Jan, 2019 (about 5 years ago)

Start Date

25 Jan, 2019 (about 5 years ago)
due - 08 Feb, 2019 (about 5 years ago)

Due Date

08 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
N00024-19-R-4110

Identifier

N00024-19-R-4110
Department of the Navy

Customer / Agency

Department of the Navy
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.

 The Naval Sea Systems Command (NAVSEA) is hereby issuing a Request for Information (RFI) on behalf of SHIPS AM, in the Program Executive Office for Ships (PEO Ships).  This is an RFI as defined in FAR 15.201(e) and is posted as required by the Defense Federal Acquisition Regulation Supplement (DFARS) and Procedures, Guidance, and Information (PGI) 206.302-1.  NAVSEA is seeking information on industry's ability to provide specialized engineering services on contract N00024-18-C-4208 in support of the MCS systems after the initial delivery of the system, to resolve equipment integration issues at the Government labs and on the ships in the shipyards.  The purpose of this engineering support is to assist the Government during integration events and to assist the Government in resolving technical issues with the MCS system. Services will also include the generation of hardware Engineering Change Proposals (ECPs) as well as technical support for the integration of the Government's
computer programs on the hardware.NAVSEA is conducting the required market research to identify potential sources that possess the capability to perform these efforts.  It is anticipated that consideration of alternate sources for this requirement would require an unacceptable delay for the source to become familiar with the hardware developed under the contract to date and that would significantly impact the delivery schedule. RESPONSES: 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 shall describe your technical capabilities and experience in supporting the MCS.   Responses to this notice must be submitted via e-mail to the points of contact listed, and must be received no later than the identified response date.  Each submission should include one electronic (virus scanned) copy in Microsoft Word or Adobe Portable Data Format (PDF). The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice. Please limit responses to a maximum of four (4) 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 (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 become Government property and will not be returned to the submitter.  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.  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.  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.  Follow-up questions may be asked of responders for clarification, but this will not indicate a selection or preference.  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.  Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued. Classified material will not be accepted.

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 States

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 20Miscellaneous Ship and Marine Equipment