Request for Information for the DDG 51 Class Machinery Control System (MCS), Engine Controller (EC), Repair Station Console (RSC), and Digital Video Surveillanc...

expired opportunity(Expired)
From: Federal Government(Federal)
N00024-22-S-4136

Basic Details

started - 14 Jun, 2022 (22 months ago)

Start Date

14 Jun, 2022 (22 months ago)
due - 01 Jul, 2022 (22 months ago)

Due Date

01 Jul, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
N00024-22-S-4136

Identifier

N00024-22-S-4136
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE NAVY (156738)NAVSEA (28086)NAVSEA HQ (1938)NAVSEA HQ (1938)
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.

THIS IS A REQUEST FOR INFORMATION. THIS IS NOT A REQUEST FOR PROPOSAL. The Naval Sea Systems Command (NAVSEA) is hereby issuing a Request for Information (RFI) from all potential sources, small-businesses and large-businesses, to provide information regarding a commercial, modified commercial (non-developmental item), and/or non-commercial supply solution(s) for the four distinct systems with below specifications/performance requirements: Machinery Control System (MCS):  The requirement will be to deliver four (4) MCS Universal Control Consoles (UCCs) and five (5) Data Interface Units (DIUs) cabinets per shipset.  The MCS system provides engineering plant monitoring and control tools and shall be capable of being integrated into the ship without impacting other systems or established interfaces for modernization and new construction ship programs already in progress.  The MCS system must be able to support the operation of the Government Furnished Computer Program (GFCP).  The
physical design shall meet the requirement to be installed onboard the ship with new foundations and not impact existing cable connections as already established for the modernization and new construction ship programs in process.  The system to be procured will employ a modern, supported, cyber-secure computer operating system, and the overall system will employ increased cyber security capabilities.   Engine Controller (EC): The requirement will be to deliver four (4) ECs per shipset.  The ECs must be able to demonstrate that they can control General Electric (GE) LM-2500 gas turbine engines already installed on the ship and meet all certification requirements.  The controllers must be capable of being integrated into the DDG 51 ship class without impacting other systems or established interfaces for modernization and new construction ship programs already in progress.  The physical design of the controllers must meet the requirement to be installed onboard the ship with new foundations and not impact existing cable connections as already established for the modernization and new construction ship programs already in process.  The system to be procured will employ a modern, supported, cyber-secure computer operating system, and the overall system will employ increased cybersecurity capabilities.  The Product Service Code is 2010, Ship and Boat Propulsion Components. The EC is required to control propulsion of the ship. Repair Station Console (RSC):  The requirement will be to deliver eight (8) RSCs as well as 13 (11 - 19” and 2 – 40") ruggedized displays per shipset.  The RSC system must be capable of being integrated into the ship without impacting other systems or established interfaces for the modernization and new construction programs already in progress.  The physical design must meet the requirement to be installed onboard the ship with new foundations and not impact existing cable connections as already established for the modernization and new construction programs in process. The system to be procured will employ a modern, supported, cyber-secure computer operating system, and the overall system will employ increased cybersecurity capabilities.   Digital Video Surveillance System (DVSS): The requirement will be to deliver twenty-four (24) DVSS cameras including associated processing and support equipment.  The DVSS must be capable of being integrated into the ship without impacting other systems or established interfaces for the modernization and new construction programs already in progress.  The physical design must meet the requirement to be installed onboard the ship with new foundations and not impact existing cable connections as already established for the modernization and new construction programs in process.  The system to be procured will employ a modern, supported, cyber-secure computer operating system, and the overall system will employ increased cybersecurity capabilities. Generally, interested parties (hereon referred to as party/parties) are requested to provide information on their current supply that meets or beats the specifications/performance requirements listed within the DDG New Construction and DDG Modernization Programs specification details (hereon referred to as SPECS and  NAVSEA will consider providing the SPECs upon request submitted to the Contracting Officer as specified in follow-on paragraphs) or provide information on the company’s capability (personnel, facilities, resources, technology, and expertise) to provide such supply.  The individual system contractors will be required to provide full Level II (Development Detail) technical data packages for each system acquired.  This data will include system drawings, technical manuals, and logistics related information.  The Government will solicit for Government Purpose Rights of all technical data that will be generated during performance of the four (4) individual systems contracts. Specifically, parties are requested to provide the following information (as applicable): Company name Company address Primary company contact(s) and associated email addresses Company website Business size (small or large) for NAICS code 336611 (PSC 2090) Company's socioeconomic status (Woman-Owned, Veteran-Owned, HUBZone, etc.)  Company Commercial and Government Entity (CAGE) Code Current facility clearance Estimated delivery lead times of supply Equipment origin or place of manufacture Warranty information Any other information deemed applicable by the interested party A PARTY MAY RESPOND TO ONE SYSTEM OR ANY COMBINATION OF SYSTEMS UP TO AND INCLUDING ALL.  A PARTY’S SUBMISSION SHALL NOT EXCEED MORE THAN 20 MICROSOFT WORD OR ADOBE PDF PAGES IN LENGTH AND BE NO LARGER THAN 7.5 GB FOR EACH SYSTEM FOR WHICH A RESPONSE IS PROVIDED. CLEARY IDENTIFY WHICH SYSTEMS TO WHICH THE PARTY IS PROVIDING A RESPONSE WITHIN THE COVER LETTER. Parties are responsible for adequately marking proprietary and/or competition sensitive information that is contained within their submission. Before the Navy will consider providing a party the SPECS, which are marked as Controlled Unclassified Information (CUI), a party shall email NAVSEA Contracting Officer Jim McGowan at james.f.mcgowan6.civ@us.navy.mil and therein provide the company’s name and company’s CAGE Code. Upon the Navy’s receipt of the party’s information, the Navy will perform a vetting of the company for operational security purposes and determine, at its own discretion, if it will or will not release the SPECS to the party. If the Navy chooses to release the SPECS, the Navy will coordinate via email with the party and provide the party the SPECS via an electronic drop on DOD SAFE. A party’s submission shall be delivered electronically either via encrypted email to Jim McGowan or via drop on DOD SAFE. If a party chooses the drop on DOD SAFE option, the party shall coordinate the “drop” with Jim McGowan, whereby one of them will provide a DOD SAFE link for the drop. The due date for submission is 24 Jun 2022 at 1000 EDT. This RFI is for Navy informational/planning purposes only. This announcement is not a request for proposal; it does not constitute any form of solicitation and shall not be construed as a commitment by the Navy. A party submission is not an offer nor proposal and the Navy is under no obligation to make any form of award as a result of this announcement. No funds will be provided by the Navy to pay for preparation of submissions in response to this announcement. All responses to this RFI are strictly voluntary. 

1333 ISAAC HULL AVE SE  WASHINGTON NAVY YARD , DC 20376-5000  USALocation

Place Of Performance : 1333 ISAAC HULL AVE SE WASHINGTON NAVY YARD , DC 20376-5000 USA

Country : United StatesState : District of Columbia

Classification

naicsCode 336611Ship Building and Repairing
pscCode 2090Miscellaneous Ship and Marine Equipment