Federal Bid

Last Updated on 19 May 2018 at 8 AM
Sources Sought
Location Unknown

FY18-22 AN/SPQ-9B Production

Solicitation ID N0002417R5395
Posted Date 25 Apr 2017 at 8 PM
Archive Date 19 May 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsea Hq
Agency Department Of Defense
Location United states

This is a Request for Information (RFI) 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 Directorate.  The Government is conducting market research seeking industry inputs on interest, technical capability, and qualifications (as either a prime contractor or subcontractor), to meet build-to-print production requirements for AN/SPQ-9B radar systems.

This RFI 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. 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 Federal Business Opportunities (FBO) 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 notice.

Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their capability statement. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of interested parties to monitor FedBizOpps for additional information pertaining to this requirement.


1.0 Overview

Interested firms are encouraged to submit a capability statement. The information obtained will help the Navy assess risks, refine schedules, define impacts, and inform the future acquisition approach to the AN/SPQ-9B Radar program of record.
Manufacturing capabilities must support three (3) to eight (8) systems per year with the first delivery no later than 18 months after award and subsequent deliveries at eight (8) week intervals thereafter.  Manufacturers 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.

2.0 Background

The current US Navy capability, known as the AN/SPQ-9B system, is an X-band, pulse-doppler radar system which consists of six main units: antenna/pedestal; processor; radar set controller; transmitter; motor generator; and receiver/exciter.  The radar provides the Navy the capability to:

    - Detect and track low-flying, high-speed, small Radar Cross Section (RCS) anti-ship missile targets in heavy clutter environments

    - Conduct surveillance, tracking, and engagement of surface targets

    - Perform periscope detection and discrimination

The current capability is an integrated system with interfaces to ship combat system via the Cooperative Engagement Capability (CEC), AEGIS/LAN Interconnect System, MK160 Gun Weapons System (GWS) and Aegis Weapon System (AWS) and has been fielded on over 40 United States Navy ships, United States Coast Guard ships, and a small number of foreign navy vessels.

3.0 Technical Data
 
Portions of the Navy's AN/SPQ-9B Level II and III Technical Data Packages (herein referred to as the TDP) are available to interested U.S. companies upon request and approval to support developing responses to this RFI.  The TDP is marked Distribution Statement D. Only one copy of the TDP will be distributed per eligible sources sought respondent. To obtain the attachment, interested companies shall provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement verifying eligibility and authority to receive export-controlled information. In addition, interested companies must complete the Government Furnished Information (GFI) Request Form and the Terms of Use Agreement attached to this sources sought notice. The GFI Request Form, DD Form 2345, and the completed Terms of Use Agreement shall be submitted via email to the Contract Specialist, [email protected], with a copy to the Contracting Officer, [email protected], and the Technical Point of Contact, [email protected]. Upon receipt, the Contract Specialist will be able to provide the TDP.

Please make the request as soon as practicable as it may take several days for the Government to review and approve access to the documents. Due to the size of the files, the data will be distributed on CDs, via U.S. mail, to approved parties.

Questions regarding this RFI, the provided GFI, or the requested responses should be submitted via email to Contracts Specialist, [email protected], with a copy to the Contracting Officer, [email protected], and the Technical Point of Contact, [email protected], using the attached Question Submittal Form.

4.0 Submission of Responses

Capability statements shall be submitted via email to Eliott Lee, Contract Specialist, [email protected], with a copy to the Contracting Officer, Kate Robb, [email protected], and the Assistant Program Manager, Steve Wert, [email protected] no later than 4:00pm Eastern time on 30 May 2017.

4.1 Content

Companies responding to this RFI shall provide a capability statement not to exceed ten (10) pages.

Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested.  Responses should indicate sufficient detail for assessment of potential Navy interest; submissions should be organized as follows:

- Cover Sheet - RFI number and name, address, company, technical point of contact, with printed name, title, email address, telephone number, and date

- Company Profile - Include the following information:
     -­ Company Name
­     - Company Address
­     - Commercial and Government Entity (CAGE) Code
­     - Point of Contact
­     - E-mail Address
­     - Website address
­     - Telephone Number
­     - Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.)
­     - Please advise if you would like to be publicly disclosed as an interested party through this FBO notice in an effort to foster industry teaming possibilities.

- Table of Contents, with list of figures and tables with page numbers

- General Capability Statement

- Summary of current facilities and industrial capacity to support the rate specified above under Paragraph 1.0 of this RFI

- List of Abbreviations and Acronyms

 
No cost or pricing information should be provided.

For additional guidance, the following information is provided:

Interested parties should request and review the AN/SPQ-9B GFI technical data available. The technical data provided will include an informational slide package, unclassified specifications, and current drawing configurations at the system and component levels. Considering the technical data, the Navy requests responses to any of the following:

I. Identify whether the response is for a single component or the entire system.
 
II. Describe your capabilities and experience with assembly and production of complex electronic, mechanical and/or sensor systems and components including any applicable information relating to test processes, subcontractor/vendor management, and manufacturing process controls.

III. Describe how you would approach and manage: AN/SPQ-9B production (i.e., partnerships, key make-or-buy decisions); similar efforts under other ongoing contracts; and available capacity.

IV. Describe how you would approach First Article Testing (FAT); to include system qualification for environmental, electromagnetic interference, shock, and vibration requirements without impacting the overall delivery schedule.

V. Identify the critical corporate capabilities and certifications that would aid the design and delivery of the AN/SPQ-9B system. 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.

VI. Describe your management approach to ensure the design is procurable throughout the life cycle. Specifically, address approaches for qualifying replacement components, improving life cycle supportability, minimizing commercial-off-the-shelf (COTS) obsolescence issues, and maximizing interchangeability with current and future system configurations.

VII. Identify experience with build-to-print type contracts.  Address any issues, lessons learned, and recommendations from those experiences.  Identify any issues or concerns associated with the technical data provided with respect to the build-to-print approach, assuming the drawing package provided is representative of a final drawing package and format.

VIII. Identify experiences and address issues, lessons learned, and recommendations related to delivery of system hardware to support hardware/software integration by either the Navy or other contractors.

IX. Identify any concerns with the current system specifications and associated documentation as written. Address any requirements that are cost prohibitive or present a high risk based on the proposed schedule and/or performance requirements. Recommend actions to address the concerns by providing alternative requirements or approaches.

X. Address any concerns with the anticipated timeline as presented. Describe why the schedule is or is not feasible based on your proposed approach.

4.2 Classification

All materials submitted in response to this RFI should be UNCLASSIFIED. 

If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Steve Wert at [email protected] with a copy to the Contract Specialist, Eliott Lee, at [email protected], and Contracting Officer, Kate Robb, at [email protected].

4.3 Submission Formatting

NAVSEA will accept ONLY electronic unclassified submission of responses.

Respondents to this RFI must adhere to the following details:

Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font.  Paper should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page.  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 Project

Submitted electronic files should not be compressed.

Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit.

To aid the Government in its review, please segregate proprietary information by properly marking and clearly identifying any proprietary information or trade secrets contained within the response. The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations.
 
Please be advised that all submissions in response to this RFI become Government Property and will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.

Government response to submissions will be provided via follow-up electronic posts to FedBizOpps under this posting.  The Government is not obligated to respond to any questions.

Primary Point of Contact:
Eliott Lee, Contracts Specialist
[email protected]

Secondary Point of Contact:
Kate Robb, Contracting Officer
[email protected]

Technical POC
Steve Wert, Assistant Program Manager
[email protected]

*24 Apr 17 Edit: Response Date extended to 30 May 17, 4:00pm ET*

Bid Protests Not Available

Similar Past Bids

Johnstown Pennsylvania 05 Mar 2024 at 8 PM
Mechanicsburg Pennsylvania 04 Jun 2018 at 2 PM
Location Unknown 18 Jul 2008 at 12 PM
Washington navy yard District of columbia 13 Jul 2020 at 5 PM

Similar Opportunities

Washington navy yard District of columbia 30 Sep 2025 at 4 AM (estimated)
New hampshire 16 Jul 2025 at 11 AM
Washington navy yard District of columbia 14 Jul 2025 at 4 AM (estimated)
Moorestown New jersey 24 Jul 2025 at 9 PM
Washington navy yard District of columbia 14 Jul 2025 at 4 AM (estimated)