Search Contract Opportunities

SEWIP BLOCK 3 PRODUCTION AND ENGINEERING SERVICES   3

ID: N0002419R5519 • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Posted: Feb. 14, 2019, 12:53 p.m. EST
Update 2:
Attachment 6 Rev1 has been added to post additional industry questions and Government responses for all interested parties.
Posted: Feb. 1, 2019, 2:29 p.m. EST
Posted: Jan. 7, 2019, 3:56 p.m. EST

SECTION 1: SYNOPSIS

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 Integrated Warfare Systems Above Water Sensors directorate (PEO IWS 2.0). The Government is conducting market research seeking industry inputs and interest for hardware production of the Surface Electronic Warfare Improvement Program (SEWIP) Block 3 subsystem and associated ancillary equipment. This also includes a Block 3 Quadrant configuration and a scaled version of Block 3 for fielding on smaller ship classes.

The Government is considering different procurement strategies to meet SEWIP Block 3 procurement and delivery schedules. Notional award date for the FY20-24 production contract is Q3FY20. The contract type will be fixed-price, incentive-fee for Production and cost-type for Engineering Support Services. One procurement strategy under consideration is a winner-take-all, single award contract for SEWIP Block 3 production and associated engineering support services. Another procurement strategy under consideration is the award of two contracts: a Leader and a Challenger. For this strategy, the Government would award a higher proportion of work to the Leader; the exact proportion to be determined. The Challenger would be awarded a smaller proportion of work. The Leader's scope would also include engineering support services and responsibility for maintaining the hardware Technical Data Packages (TDPs).

The basis for production of Block 3 hardware is contained in the TDP, portions of which will be provided as Government Furnished Information (GFI) under this RFI. Since the TDP is not fully mature, the Government may provide TDP updates in future amendments. It is NAVSEA's intent to procure Build-to-Print (BTP) Block 3 hardware under a new competitively awarded contract in FY20. The term Build-to-Print in this context means producing to the exact specifications, drawings, and design contained within the TDP. Engineering Support Services will be utilized for Engineering Change Proposals (ECPs) and modifications to develop the Block 3 Quadrant Configuration and a scaled Block 3 configuration.

The information obtained in response to this RFI is intended to increase the Government's understanding of industry interest and capability for SEWIP Block 3 production and to aid in making informed acquisition decisions related to the AN/SLQ-32(V) Program.

SECTION 2: GENERAL INFORMATION

Pursuant to FAR 52.215-3 this RFI is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. 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. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. Not responding to this RFI does not preclude participation in any future solicitation. 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. It is the responsibility of interested parties to monitor FBO for additional information pertaining to this requirement.

Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response.

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.

SECTION 3: REQUIREMENTS OVERVIEW

A brief overview of the SEWIP Block 3 mission requirements and configurations is provided as follows:

1. SEWIP Block 3 is designed to provide expanded Electronic Attack capabilities based upon the architecture of AN/SLQ-32(V)6 / SEWIP Block 2.

2. A scaled SEWIP Block 3 configuration will be an ECP modification to the Block 3 design to meet requirements of smaller ship classes.

3. SEWIP Block 3 Quadrant configuration will be an ECP modification to the Block 3 design to meet requirements for large deck ship classes.

For context, the notional procurement and delivery schedules for all FY20-24 Block 3 configurations and anticipated delivery dates are provided under Attachment 4 of this RFI.

The Government is interested in procuring SEWIP Block 3 from companies that have the following attributes:

a. Have experience manufacturing electronic attack systems, complex electronic warfare systems, RF electronics, digital communications networks, x86 processing nodes, high-voltage power distribution and conditioning systems, high capacity cooling units, and array structures.

b. Have demonstrated the ability to produce hardware units according to detailed technical data package materials provided to them.

c. Experience teaming with industry partners for subsystem development.

d. Experience cooperating with other prime industry partners integrating complex systems.

e. Experience maintaining fielded DoD or Military hardware systems.

SECTION 4: SUBMISSION OF RESPONSES

Responses to this RFI should be submitted by 15 February 2019 17:00 EST via e-mail to the Contract Specialist, LT John Buergers, John.Buergers@navy.mil, and the Program Manager, Mr. Brian Torgersen, Brian.Torgersen@navy.mil, with a copy to the Contracting Officer, Ms. Holly Danner, Holly.Danner@navy.mil.

SECTION 4.1: CONTENT

Companies responding to this RFI should provide a response not to exceed thirty (30) 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 contracting strategies and company 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

Table of Contents: Include a list of figures and tables with page numbers

General response information

List of abbreviations and acronyms

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

Responses should, at a minimum, address the following questions:

1. Does your organization have any feedback on the feasibility of the Government's plan to procure BTP Block 3 hardware? Are there any areas of ambiguity that need to be clarified for the definition of BTP? Are there other specific concerns related to procuring BTP that should be taken into consideration?

2. Does your organization have any feedback on the feasibility of the Government's plan to complete the scaled Block 3 and Block 3 Quadrant Drawings through ECPs? What are there any areas of ambiguity that need to be clarified?

3. Does your organization have any proposed alternate architectures to meet the scaled Block 3 requirements? Alternate architectures should: 1) leverage mature technologies (e.g., TRL 7/8 or above), 2) require a compressed design schedule (i.e., <18 months), and 3) leverage commonality with other EW products.

4. Do you have past experience procuring/producing BTP hardware? If so, are there any lessons learned that the Government should incorporate into the contracting strategy?

5. What additional data beyond the GFI provided as part of this RFI, if any, is necessary to successfully procure, produce, integrate, and test Block 3 hardware?

6. What manufacturing and acceptance testing facilities does your organization have and what product lines have been developed in these facilities in the past?

7. What experience does your organization have in producing and testing similar quantities listed in Attachment 4 of this RFI for hardware? Does your organization currently utilize any manufacturing automation or robotics?

8. Does your organization prefer/recommend a Winner-Take-All procurement strategy or a Leader and Challenger procurement strategy? Why? Does your organization recommend a different strategy? Why?

9. Under a Winner-Take-All procurement strategy, would your organization be capable of meeting the notional procurement and delivery schedules for all FY20-24 Block 3 configurations provided under Attachment 4 of this RFI? What is your organization's projected maximum production capacity per year?

10. Under a Leader/Challenger procurement strategy, would your organization primarily be interested in competing for the Leader role or the Challenger role? Why?

11. What capital investments/improvements does your organization already have planned for manufacturing and/or testing facilities? How would preparing for this competition change those plans? How would being awarded a contract change those plans?

12. What flexibility does your organization have in production processes to adjust/adapt to increasing/decreasing number of production units?

13. Are you considering establishing service/teaming agreements with additional vendors?

14. If you are teaming, how would your organization manage subcontractors/teammates to ensure that the performance requirements are flowed correctly and met?

15. How would your organization optimize hardware production, emergent hardware production, acceptance testing, and repair/replacement of failed hardware?

16. What would your organization recommend for production lead times for delivery of a system for each of the Block 3 configurations and why? Would the delivery date Months After Option Exercise (MAOE) decrease based on a learning curve over time? Would Delivery Date MAOE adjust based on the number of units, potentially similar and different variants, being exercised at the same time?

17. What would your organization recommend as necessary First Article Qualification Test (FAQT) and Environmental Qualification Testing (EQT) for each of the production Block 3 configurations and why?

18. What support equipment and/or test assets would your organization utilize to support hardware production, quality assessments, maintenance, and repair? If support equipment and/or test assets are required, would existing Contractor assets be available? If not, what would be your approach be to obtain the equipment?

19. Are there any cost/pricing considerations you would like to bring to the Government's attention? Do you have any recommendations on the structure of the requirements or the overall contracting strategy that would reduce the total price? What performance incentive structure and growth would your organization recommend and why?

20. Is there any additional information or input you would like to provide as it relates to Block 3 hardware production and the Government's associated acquisition strategy, as outlined under this RFI?

Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses. 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.

SECTION 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 the Program manager, Mr. Brian Torgersen at Brian.Torgersen@navy.mil with a copy to the Contract Specialist, LT John Buergers, John.Buergers@navy.mil, and Contracting Officer, Ms. Holly Danner, Holly.Danner@navy.mil.

SECTION 4.3: 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.

SECTION 5: REQUESTING GOVERNMENT FURNISHED INFORMATION (GFI)

To obtain the TDP documentation, 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 BOTH Terms of Use Agreements (Attachments 1A and 1B of this RFI) and the Classified Material Request form (Attachment 2 of this RFI). Companies should assert in their requests that they have a Defense Security Service (DSS) issued SECRET facility clearance, providing for SECRET personnel clearances and SECRET safeguarding capability.

The DD Form 2345, completed Terms of Use Agreement, and classified material request form shall be submitted via email to the Contract Specialist, LT John Buergers, John.Buergers@navy.mil, and the Program Manager, Mr. Brian Torgersen, Brian.Torgersen@navy.mil, with a copy to the Contracting Officer, Ms. Holly Danner, Holly.Danner@navy.mil. Upon receipt, verification of facility clearance, and approval of the GFI request, the GFI will be provided.

IMPORTANT: For purposes of this RFI, each company must be able to receive classified documents up to the SECRET level. The Navy will consider foreign contractors acting as subcontractors to U.S. prime contractors. The export of defense articles, defense services, and related technical data is subject to the Arms Export Control Act and the International Traffic in Arms Regulations (ITAR) and requires the issuance of an export license by the U.S. Department of State.

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.

INDUSTRY DAY

The Government may elect to hold individual meetings with companies that respond to this RFI and assert their interest and capability to perform at the prime contract level. A point of contact for coordinating a potential meeting should be provided as part of the RFI response.

The Government is considering hosting an Industry Day to discuss the U.S. Navy's requirements for FY20-24 SEWIP Block 3 hardware production. If an Industry Day is conducted in the future, it will be announced via Federal Business Opportunities (FBO) and interested parties must comply with that announcement.

Overview

Response Deadline
Feb. 15, 2019, 5:00 p.m. EST Past Due
Posted
Jan. 7, 2019, 3:56 p.m. EST (updated: Feb. 14, 2019, 12:53 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1350 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
54%
On 1/7/19 Naval Sea Systems Command issued Sources Sought N0002419R5519 for SEWIP BLOCK 3 PRODUCTION AND ENGINEERING SERVICES due 2/15/19. The opportunity was issued full & open with NAICS 334511 and PSC 59.
Primary Contact
Title
ContractIng Officer
Name
Holly R. Danner   Profile
Phone
(202) 781-2364

Secondary Contact

Title
Contract Specialist
Name
John E. Buergers   Profile
Phone
(202) 781-5105

Documents

Posted documents for Sources Sought N0002419R5519

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Sources Sought N0002419R5519

Contract Awards

Prime contracts awarded through Sources Sought N0002419R5519

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0002419R5519

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0002419R5519

Experts for SEWIP BLOCK 3 PRODUCTION AND ENGINEERING SERVICES

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA HQ
Source Organization Code
6fa9f1ea9784c0083fe29d04bab64db9
Last Updated
Feb. 14, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Feb. 14, 2019