AN/SPQ-15 Sensor Distribution System(SDS) Legacy ISEA Sustainment and Support

expired opportunity(Expired)
From: Federal Government(Federal)
N0017823R4500

Basic Details

started - 16 Feb, 2023 (14 months ago)

Start Date

16 Feb, 2023 (14 months ago)
due - 20 Mar, 2023 (13 months ago)

Due Date

20 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
N0017823R4500

Identifier

N0017823R4500
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE NAVY (157282)NAVSEA (28192)NAVSEA WARFARE CENTER (18987)NSWC DAHLGREN (1901)

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.

Sources Sought / Market Research for Sensor Distribution System (SDS) In Service Engineering Agent (ISEA) Sustainment Engineering Support and Legacy Spares ProductionThis is a SOURCES SOUGHT / MARKET RESEARCH notice to request information for Government planning purposes only. Responses will assist the Government in planning its acquisition strategy for a potential future acquisition. The Government is not committed to issue a solicitation or award a contract as a result of this announcement. Naval Surface Warfare Center Dahlgren Division (NSWCDD) Dam Neck Activity (DNA) is seeking qualified and capable potential vendors. Since this is a Sources Sought/Market Research and not a solicitation for receipt of proposals or quotations, the Government does not encourage questions concerning this market research.Requirement: The AN/SPQ-15(V) Digital Distribution System (DDS) provides for distribution of radar video data over an open architecture Local Area Network (LAN) to Open Architecture
Computer Environment (OACE) compliant display consoles and legacy consoles. The DDS architecture allows for direct interface to standard Navy radars and IFF sensors. Radar Interface Modules (RIM) provide conversion from analog radar signals to an open architecture Internet Protocol (IP) delivered over an Ethernet LAN. A publish/subscribe scenario, using the multicast capabilities of the Ethernet switch, provides the switching functionality required to distribute analog radar signals. The DDS also provides software-based scan conversion of the radar video to facilitate interfacing to open architecture compliant display consoles implemented on Commercial Off the Shelf (COTS) computer hardware. An Application Program Interface (API) provides the ability for the software on the display console to be modified to take advantage of the DDS scan conversion. Display Interface Modules (DIM) provide the conversion from the IP protocol data back into analog signals for legacy consoles. The AN/SPQ-14(V) Advanced Sensor Distribution System (ASDS) provides for distribution of radar video data to compatible display consoles. Signals from the ship’s radars and navigation equipment are multiplexed, by a converter, into a single digital data stream (RADDS) and provided to a switchboard. Display consoles can select and display any of the RADDS data streams from the switchboard.The AN/SPQ-15 Scalable Converter Assembly provides AN/SPQ-15(V) DDS functionality in a single hardware unit to provide support on AN/SPQ-14(V) ASDS platforms for individual systems that require the functionality to display legacy radar information.The Contractor shall provide production, engineering services, obsolescence mitigation, configuration management, and integrated logistics support in the manufacturing, fabrication, assembly, production, and delivery of AN/SPQ-14(V) ASDS, AN/SPQ-15(V) DDS MK 5 MOD 0, AN/SPQ-15(V) DDS MK 6 MOD 0, and AN/SPQ-15 Scalable Converter Assembly replacement units and components as well as software updates for the same as required. The Contractor shall provide the services, material, repair parts, components, accessories and resources necessary to accomplish equipment production, development and the associated engineering and technical support, installation support, configuration management, and integrated logistics support for U.S. Navy and FMS shipboard, shore-based, radar distribution systems as directed by NSWCDD DNA. All technical documents, software, source code, test procedures and/or any other products produced under this order shall become Government Property. Characteristics: AN/SPQ-15(V) DDS Equipment(Units and quantity of units vary depending on platform)AM-7116A/UP Trigger AmplifierCV-4432/SPQ-15(V) Converter Receiver Controller (CRC)CV-4433/SPQ-15(V) Radar Video Converter (RVC)CV-4434/SPQ-15(V) Signal Data Converter (SDC)SB-4430/SPQ-15(V) Radar Signal Distribution Switchboard (RSDS)SB-4460/SPQ-15(V) Radar Signal Distribution Switchboard (RSDS)AN/SPQ-14(V) ASDS Equipment(Units and quantity of units vary depending on platform)AM-7116A/UP Trigger AmplifierCV-3989(V)1/SP Dual Signal Data ConverterMT-7265/S Converter/SwitchboardSB-4229A(V)2 Radar SwitchboardSB-4229A(V)3 Radar SwitchboardSB-4229A(V)11Radar SwitchboardSB-4229B Converter/SwitchboardAN/SPQ-15 Scalable Converter AssemblyRequired Parts: (See attached Speadsheet)Inherent Services:Engineering ServicesPrepare and deliver Engineering Change Proposals (ECPs), Notices of Revisions (NOR), Requests for Deviations (RFD), and/or Requests for Waivers (RFW) for Government approval.Produce and deliver AN/SPQ-15(V) Software updates as directed by the Government.Implement Engineering Change Proposals (ECPs) once approved by the Government.Maintain Change Proposal information in a Government approved repository to which the Government has access.Update system/unit drawings including installation control drawings that adhere to MIL-D-23104D as required.Provide Installation Test Procedures that adhere to DOD-STD-2106 to the Government for approval prior to conducting testing.Perform shipboard and shore-based site Hardware and/or Software Installations at the direction of the Government.Perform shipboard and shore-based site Hardware and/or Software Installation Testing using Government approved Test Procedures.Provide technical assistance (distance and/or on-site) for casualties to fielded systems as directed by the Government.Obsolescence ManagementIdentify, report, and mitigate risks associated with Diminishing Manufacturing Sources and Material Shortages (DMSMS) for components. DOD Guidebook SD-22 on DMSMS will be referenced for managing obsolescence. Changes considered necessary by the Contractor to ensure the continued manufacture and/or repair of the equipment shall be made in accordance with the Government approved Configuration Management (CM) Plan. Manage obsolescence to ensure compliance with all performance and contract requirements.Establish and implement a process to identify and immediately notify the Government of pending and emergent obsolescence issues and emergent vendor implemented changes affecting equipment associated with the approved baseline. The contractor shall report instances of DMSMS. Configuration ManagementMaintain a Configuration Management Program for the AN/SPQ-14(V) Advanced Sensor Distribution System (ASDS) and AN/SPQ-15(V) Data Distribution System (DDS) for sustainment in accordance with PEO IWS 2.0 Above Water Sensors System Configuration Management Plan, 2.0 CMP 002A and PEO IWS 2.0 Above Water Sensors System Configuration Management Procedure, 2.0 CMP 002B. MIL-HDBK-61B may be used as guidance for implementing configuration management processes. Maintain configuration control by submitting hardware and software Engineering Change Proposals (ECPs) for required or recommended changes to the approved configuration baseline. Government approval is required prior to Contractor’s implementation of the ECP.Maintain Configuration Status Accounting (CSA) Information in the Government approved format for hardware and software and ensure Government access to same. Record CSA Information for each equipment, including First Article Units (FAUs), as equipment is delivered. CSA Information shall detail the current configuration of each end item, the documentation and identification numbers relating to each end item; and any changes to each end item as outlined in the MIL-HDBK-61B. The as-built sheets for each delivered equipment shall be provided. Submit monthly CSA Information in accordance with MIL-HDBK-61B down to the Lowest Replaceable Unit. Provide monthly reports of CSA Information activities. Provide a final summary report of the CSA Information upon the completion of the contract. Production & DeliveryProduce and deliver AN/SPQ-14(V) ASDS equipment, including any associated engineering changes, as listed in Section B.Produce and deliver AN/SPQ-15(V) DDS equipment, including any associated engineering changes, as listed in Section B.Provide Factory Acceptance Test (FAT) to the Government for approval prior to conducting testing.Perform Factory Acceptance Testing (FAT) of hardware and/or software as required using Government approved Test Procedures.Integrated Logistics Support Provide ILS support for the life cycle management of DDS and equipment. Revised and/or updated data products shall be maintained to reflect the latest Government approved baseline. Establish data requirements to support the life cycle maintenance of training data products in accordance with the MIL-PRF-29612B. Establish a process to notify the Government of any recall notices from suppliers of materials, components or products in equipment. Changes implemented by vendors without prior knowledge of the Contractor shall be managed in accordance with the Contractor’s approved CM Plan once they are discovered. Provide technical expertise to resolve Planned Maintenance System (PMS) Feedback Reports for the AN/SPQ-14(V) ASDS and AN/SPQ-15(V) DDS.Provide provisioning data in ICAPS format to update Allowance Parts Lists for any changes to the approved configuration baseline. The Contractor shall provide technical input for engineering support requests. Provide technical expertise to resolve Planned Maintenance System (PMS) Feedback Reports for the AN/SPQ-14(V) ASDS and AN/SPQ-15(V) DDS.Update existing training material to implement changes affecting how the AN/SPQ-14(V) ASDS and AN/SPQ-15(V) DDS are operated and maintained.Maintain and adhere to the Government approved Packaging, Handling, Storage & Transportation (PHS&T) program.Program ManagementProvide a Contractor Program Manager (PM) to provide the project control and contract administration necessary to manage a high volume, multiple task processes for a large, diversified team so that the cost, schedule, and quality requirements are tracked, communicated to the Government, and ultimately attained. The Contractor shall provide real-time monitoring of status/deliverables, tracking the quality of work products and gauging overall customer satisfaction. The Contractor shall provide, within 30 days of award, a Program Management Plan that clearly describes how the above requirements will be met. Solely and exclusively responsible for all matters governing and relating to the employer-employee relationship between the Contractor and personnel the Contractor hires and assigns to perform the work described herein. Provide on-site supervision, be responsible for the selection, recruitment, hiring, management, control, transfer and/or termination of Contractor employees. The Contractor’s on-site PM/technical lead shall provide assignment of duties to the Government. Any changes to personnel and management assigned to the contract shall be reported in writing or via e-mail to the Government PM and KO at least ten (10) business days prior to effective date of action. Ensure all employees must maintain security clearances and must also possess and maintain required training, qualifications, and certifications in accordance with DODD 8140.01. Certifications and training will be tracked by the Government training manager. The Contractor shall understand that any Contractor employee may be summarily and immediately removed from or denied access to any Government property, facility, and installation at the sole discretion of the KO if the KO determines such action is necessary to protect or preserve Government property, safety, and security, or to maintain good order and discipline. It is the responsibility of the Contractor to replace any of its employees that are removed/separated pursuant to the section where replacement is necessary to ensure full, timely, and complete contract performance. In the event that an employee is removed/separated, the Contractor shall inform the Government PM and COR of the occurrence and its actions to mitigate any concerns associated with such occurrence within three (3) business days. Provide a monthly status report, which will include compliance metrics for each service summary requirement listed in Paragraph C.4 Service Summary Table, schedule, and performance down to the Contract Line-Item Number (CLIN) level and shall provide them accurately. The Contractor shall establish, and track metrics as defined in Paragraph C.4 Service Summary Table. The monthly report shall outline methods and frequency of customer interactions, reporting processes, and problem resolution procedures. Establish and maintain a Quality Control (QC) Program to provide independent corporate and on-site management surveillance and inspection of Contractor operations to ensure that the requirements of the contract are satisfactorily performed. The QC Program shall be documented in a comprehensive Quality Control and Quality Assurance Plan (QCQA Plan) that shall be delivered to the KO and COR. The QCQA Plan shall address the qualifications of personnel to ensure qualified candidates are identified, screened, placed, monitored, trained/retained as well as operational requirements that demonstrate techniques for compilation and application of internal controls for workload management as it relates to acceptable performance thresholds defined in Paragraph C.4 Service Summary Table. At a minimum, the QCQA Plan shall address the Contractor's approach to each work requirement in this SOW. The basic tenet of the QCQA Plan is that the Contractor is responsible for quality. Provide employee management and supervisory responsibility of its employees. This includes but is not limited to managing employees during designated Government non-workdays or other times when Government offices may be closed; providing initial and refresher training as required by each labor category; and providing administrative support (i.e., time reporting, leave processing, and pay). The Contractor shall establish clear organizational authority and responsibility to effectively manage and control Contractor personnel. This shall be accomplished without requiring the Government to engage in the Contractor’s operational or human resource management processes. Provide input through the KO and COR on personnel issues identified by the Government. The use of Government staff members to record arrival or departure times, report absenteeism, sign payroll timesheets, or to perform any other duties inherent in the employer-employee relationship is not authorized. The Contractor shall provide the name of its designated PM and any alternate(s) who shall act for the Contractor when the PM is absent. The Contractor PM and any alternate(s) shall be designated in writing to the CO within ten (10) business days after contract award and when changes occur. Provide telephone numbers and e-mail addresses for its PM and any alternate(s) where these persons may be contacted at any time. The Contractor PM and any alternate(s) shall have full authority to act for the Contractor on all matters relating to Contractor personnel and or Contractor performance under this contract. The Contractor PM and any alternate(s) must be a U.S. citizen, able to read, write, speak, and understand English fluently. The Contractor PM and any alternate(s) shall be required to attend Government meetings, as requested. The Contractor PM and any alternate(s) shall be available during core hours within two (2) business hours to meet with Government personnel designated by the KO to discuss contract issues. The Contractor PM shall provide a point of contact that is available within 24 hours of initial contact, seven (7) days per week, in the event that a problem arises outside of core hours. The Government will establish priorities and milestones for completion of defined tasks and will coordinate tasks with the Contractor PM to ensure understanding of the scope of work and due dates. Provide a reliable, effective, and expedient means of remote notification technology to facilitate extended support. Examples of remote notification technology are cell phones, pagers, e-mail, or other means by which the Government can have responses to the requirements. The Government will not provide cell phones to the Contractor. Provide personnel who are courteous, observing military and business professional etiquette, and present a neat, clean, and professional appearance. All personnel shall be knowledgeable and able to effectively communicate problem resolutions to and for customers. All Contractor personnel shall be qualified and maintain certifications as prescribed throughout this SOW and in accordance with DODD 8140.01 Cyberspace Workforce Management at time of contract award, on the first day of performance, and throughout the duration of the contract. Require personnel providing service under the contract to possess and maintain current certifications in accordance with DOD 8570.01-M, DOD Approved Baseline Certifications (http://iase.disa.mil/iawip/Pages/iabaseline.aspx) on the first day of performance of this contract. Delivery: NSWCDD DAM NECK ACTIVITY 2089 Tarter Avenue, Bldg. 559 Virginia Beach, VA 23461-2097 Method: Freight FOB: DestinationTerms and Conditions: 18-month warranty starting from the date of equipment/material Government acceptance at no additional cost to the Government. The warranty will cover labor and replacement parts for assemblies that have experienced failures due to parts or workmanship. Repairs will be performed at the Contractor’s facility. Shipping charges will be covered by the Contractor. Travel is not included. The warranty does not include, or cover misuse or physical damages caused by third parties.SOURCES SOUGHT / Market Research:The Government is seeking to gain knowledge of interest, capabilities, and qualifications of various members of the community, to include both small and large businesses.If your company is interested and can demonstrate the firm’s ability, capability, and responsibility to deliver the equipment and services summarized above, we encourage you to respond to this announcement with a statement of your qualifications and capability. In order to do so, you need to provide:- Name and address of the firm.- DUNS number and CAGE Code (valid System for Award Management (SAM) is MANDATORY).- Your Firm’s Point of Contact (name, phone number, and email address).- Your company’s business size status (small or large) (including Service-Disabled veteran owned, if applicable). If claiming small business status, the information must be verifiable in SAM.- A summary of your company’s ability and experience providing the Engineering Services summarized above.- A summary of your company’s ability and experience providing Obsolescence Management summarized above.- A summary of your company’s ability and experience providing Configuration Management summarized above.- A summary of your company’s expertise in manufacturing the Required Parts.- A summary of your company’s experience conducting First Article Testing.- A summary of you company’s delivery capability.- A summary of your company’s ability and experience providing Integrated Logistics Support summarized above.- A summary of your company’s expertise and experience providing Program Management summarized above.- A summary of the place of performance.Statements of your firm’s expertise should include reference to relevant contracts performed (including a description of the scope, quantity manufactured, contract number, and point of contact with phone number).All interested firms and manufacturers, regardless of size, may respond to this sources sought. Information submissions can include product literature and illustrations, relevant company background/experience. Responses should be addressed to the Contract Specialist, Charlene Lowe (charlene.lowe.civ@us.navy.mil) with a copy to the Contracting Officer, Kimberly Carter, at the following address: kimberly.l.carter2.civ@us.navy.mil and should be received no later than 20 March 2023.Again, this information is being requested for Government planning purposes only and does not commit the Government to any contractual agreement. This is not a request for proposals. The Government will not award a contract based upon responses to this announcement. The Government shall not reimburse or pay any costs for preparing or submitting information in response to this notice.Point of Contact(s): Kimberly Carter – Contracting Officer

USALocation

Place Of Performance : USA

Country : United States

Classification

naicsCode 334290Other Communications Equipment Manufacturing
pscCode 5840Radar Equipment, Except Airborne