FY25-29 AN/SPS-48 Radar Engineering Services and Materials Procurement

expired opportunity(Expired)
From: Federal Government(Federal)
N00024-24-R-5550

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 04 Apr, 2024 (22 days ago)

Due Date

04 Apr, 2024 (22 days ago)
Bid Notification

Type

Bid Notification
N00024-24-R-5550

Identifier

N00024-24-R-5550
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708875)DEPT OF THE NAVY (156958)NAVSEA (28121)NAVSEA HQ (1941)NAVSEA HQ (1941)
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 AnnouncementFY25-29 AN/SPS-48 Radar Engineering Services and Materials ProcurementAnticipated Solicitation Number: N00024-24-R-5550Agency: Department of the NavyOffice: Naval Sea Systems Command (NAVSEA)Location: NAVSEA Headquarters1. SYNOPSISIn accordance with FAR 15.201 and in anticipation of a potential future procurement program, this sources sought notice is being issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office (PEO) Integrated Warfare Systems (IWS) 2.0 Above Water Sensors & Lasers Directorate. The Government is conducting market research to determine industry interest and capability in regards to design agent and technical engineering services requirements for the AN/SPS-48 Radar program. The Government is especially interested in large and small businesses with the capability and interest to be the primary contractor. Please refer to Enclosure (1) for the system overview and background.This
sources sought notice is intended for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. This does NOT constitute a Request for Proposal (RFP). The Government is NOT seeking or accepting unsolicited proposals. This notice shall NOT be construed as a contract, a promise to contract, or a commitment of any kind by the Government. If a solicitation is issued in the future, it will be announced via the SAM.gov website, and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this sources sought notice.2. RESPONSE REQUIREMENTS2.1 General.Interested parties shall submit responses via email to Rhan Yi at rhan.yi.civ@us.navy.mil, Contracting Officer, Thomas Williams, at Thomas.D.Williams220.civ@us.navy.mil; and Contract Specialist, Stuart Grosvenor, at Stuart.C.Grosvenor.civ@us.navy.mil by the closing date and time of this sources sought notice. The subject field of the email should contain "AN/SPS-48 Radar Sources Sought." Responses should indicate sufficient detail for assessment of potential contracting strategies and company interest. Failure to provide a response does not preclude participation in any possible future RFP, if issued.Please be advised that all submissions in response to this sources sought notice become Government Property and will not be returned. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. Please note that industry participation is voluntary and the Government will not reimburse any expenses for any efforts expended as a result of or in response to this notice.Questions regarding this announcement shall be submitted in writing via e-mail to the Contract Specialist and Contracting Officer’s email addresses. Verbal questions will not be accepted. Questions shall not contain classified information.2.2 Page Format. Respondents to this sources sought notice must adhere to the following details:Submissions shall be single spaced, typed, or printed in Times New Roman font with text no smaller than 12-point font.Page size should be 8.5 x 11 inches. The top, bottom, and side margins must be at least 1 inch. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger.Included files should be created/prepared using Microsoft Office 2010 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2010 should be submitted in Adobe Acrobat format.Submitted electronic files should be limited to the following extensions:.docx Microsoft Word.xlsx Microsoft Excel.pptx Microsoft PowerPoint.pdf Adobe Acrobat.mmpx Microsoft Project2.3 Page Limitations. The white paper shall not exceed 10 single-sided pages. Each page must be counted except for the following:Cover SheetCompany ProfileTable of ContentsList of Abbreviations & Acronyms2.4 Content. Responses shall be organized into the following sections with the following information:Cover Sheet – Sources sought notice number and title, date of submission, company name, company address, and technical point of contact containing a printed name, title, email address, and telephone numberCompany Profile – Include the following information:Company NameCompany AddressCommercial and Government Entity (CAGE) CodePoint of ContactE-mail AddressWebsite addressTelephone NumberBusiness Category/Size (i.e., large, small disadvantaged, veteran, woman owned, etc.)Table of ContentsGeneral Response Information – The Navy requests responses to any of the following:Describe your capabilities and experience with Three-Dimensional Radar design, development, production, and maintenance including any applicable information relating to test processes, subcontractor/vendor management, and manufacturing process controls.Describe how you would approach (i.e., partnerships, in house, subcontracting, vendors) and manage updates to proposed system, similar efforts under other ongoing contracts; and available personnel capacity.Describe how you would approach qualification testing of software and hardware designs; to include system qualification for environmental, electromagnetic interference, shock, and vibration requirements.Identify the critical corporate capabilities and certifications that would aid the design. Examples of capabilities and certifications include knowledge of information assurance and anti-tamper requirements, quality processes, Failure Analysis and Corrective Actions, and International Standards Organizations Certifications.Describe your management approach to ensure the design is procurable throughout the life cycle. Address approaches for qualifying replacement components, addressing life cycle supportability, minimizing commercial-off-the-shelf (COTS) obsolescence issues and maximizing interchangeability with current and future system configurations.Identify experience with production and engineering services type contracts. Address any issues, lessons learned and recommendations from those experiences.Identify experiences and address issues, lessons learned, and recommendations related to delivery of prototype hardware to support hardware/software integration by either the Navy or other contractors.Provide the expected place(s)/address(es) where the design work and test would be performed.Provide a program schedule beginning with Contract Award, design and development, testing and verification, and production for installation.Identify if your company has the capability to be a prime contractor or if it is only interested in subcontracting opportunities.Segregate proprietary information by properly marking and clearly identifying any proprietary information or trade secrets contained within their response.The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified.Proprietary information received in response to this sources sought notice will be safeguarded and handled in accordance with applicable Government regulations.List of Abbreviations & Acronyms2.5 Classification. Interested parties must ensure responses are unclassified and appropriately marked. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Rhan Yi with a copy to the Contracting Officer and Contract Specialist.2.6 Deadline. Interested parties shall submit their response via email to Rhan Yi at rhan.yi.civ@us.navy.mil; Contracting Officer, Thomas Williams, at Thomas.d.williams220.civ@us.navy.mil; and Contract Specialist, Stuart Grosvenor, at stuart.c.grosvenor.civ@us.navy.mil by 3:30pm Washington, DC local time on April 04, 2024.3. DISCLAIMERThis sources sought notice is issued solely for Market Research purposes. It does not constitute a RFP or a promise to issue an RFP in the future. This sources sought does not commit the Government to solicit offers or award a contract. The information provided in this sources sought is subject to change and is not binding on the Government. The Government may request further information regarding respondents’ self-assessed capabilities and may request a presentation and/or a site visit. Any such requests would not signify preference nor solicitation. Respondents are advised that ALL costs associated with responding to this sources sought will be solely at the interested parties’ expense, and the U.S. Government will not pay for any information or costs incurred or associated with submitting a response to this sources sought.Primary Point of Contact:Stuart Grosvenor, Contract SpecialistStuart.c.grosvenor.civ@us.navy.milSecondary Point of Contact:Thomas Williams, Contracting OfficerThomas.d.williams220.civ@us.navy.milEnclosure (1): OverviewCompanies may be required to provide Engineering Services.The company shall have significant expertise in three-dimensional radar design, testing, data collection, data analysis, software design, and hardware design.The company is required to have personnel with substantial experience performing on a program or project of a similar development for a United States Department of Defense Component.Specific expertise required but not limited to includes:Program ManagementSystems EngineeringSoftware EngineeringHardware EngineeringRadar Subject Matter Experts (SMEs) with Engineering backgroundsThe company must have a facility capable of handling and storing classified (up to Secret) hardware, documentation, and test software.Upon request, the Government may provide environmental test facilities for initial environmental qualification testing and subsequent testing as required.Background and Implied RequirementsThis effort consists of production, testing, and engineering services of the AN/SPS-48The current United States Navy capability, known as the AN/SPS-48, is a long range three-dimensional air search radar. AN/SPS-48 has been operational in the fleet since 1987 and is expected to be in the Fleet through 2050. The system consists of an antenna and below deck equipment used to control and maintain the radar. The system configuration includes a solid-state transmitter, radio frequency amplifiers, and commercial processing equipment.AN/SPS-48 is integrated with the track management system on aircraft carriers and amphibious ships. The AN/SPS-48 Radar is fielded on over 25 United States Navy ships.Technical DataA Technical Data Package (TDP) is not available.

Washington ,
 DC   USALocation

Place Of Performance : N/A

Country : United StatesState : District of ColumbiaCity : Washington

Office Address : 1333 ISAAC HULL AVE SE WASHINGTON NAVY YARD , DC 20376-5000 USA

Country : United StatesState : District of ColumbiaCity : Washington

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 5840Radar Equipment, Except Airborne