The RFP Database
New business relationships start here

Request for Information on AEGIS Weapon System Integrated Logistics Support


District Of Columbia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

 

RFI Description:


This is a Request for Information (RFI) as defined in FAR 15.201(e). The Navy is requesting information regarding industry's capabilities and related experience to support the Navy's AEGIS Weapon System (AWS) Integrated Logistics Support (ILS) program for AWS equipment configurations in development and being fielded in FY 2020 through FY 2025.   The AWS ILS program requires logistics development and interim support for upgraded MK 6 (TI-16) computing equipment suite.  The scope of work consists of: leveraging existing interface with the Operational Readiness Test System (ORTS); providing personnel and facilities to repair lowest replaceable units (LRUs) and test equipment; operating an interim supply and component repair operations center; developing and integrating ILS for new or upgraded equipment of the AWS; conducting readiness engineering analysis of AWS elements (i.e., SPY-1 Radar System); and providing supply, repair, and maintenance support for the integrated AWS for new baselines at AEGIS land based test sites, the Production Test Centers (PTC), and installation shipyards.


The primary efforts required include:

1. Engineering and Technical Support and Services to include Readiness Engineering, Reliability, Maintainability, and Availability (RM&A), Support and Test Equipment (S&TE), and AWS Configuration Management;
2. Life Cycle Engineering and Technical Services to include Technical Documentation, Modernization, Maintenance Planning and Provisioning, and Combat System Operation and Sequencing System (CSOSS);
3. Diminishing Manufacturing Sources and Material Shortage (DMSMS) Management, Analysis, and Risk Mitigation; and
4. Component repair management operations and storage of interim support material;


The Navy anticipates a majority of the work to be performed at the contractor's site.


The applicable NAICS code is 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.



RFI Purpose:


For this RFI, the Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office Integrated Warfare Systems (PEO IWS) would like to gauge industry interest and capability in providing support services for AWS ILS and for industry to identify barriers to their participation in a future competitive procurement.


To ensure maximum opportunity for industry response, PEO IWS anticipates that interested parties may only have capabilities in select areas of the RFI. PEO IWS welcomes partial responses to the scope of work noting that Source Company Information must be included in the response. PEO IWS is interested in the full potential of industry responses including small businesses.



Interested parties shall address the following in the RFI submission:


1.Company Information


a.Provide company name, address, DUNS number, CAGE code, tax identification number, designated representative name(s) and point of contact, including phone numbers and e-mail addresses.


b.Provide number of employees employed by company, and annual revenue/receipts for the last three (3) completed company fiscal years.


c.Identify contracts within the last five (5) years with similar scope and provide brief overview of company responsibilities.


d.If a small business, identify type of small business (e.g. 8(a), Hubzone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned).


2.Experience and Performance Capability


a.Engineering and Technical Support and Services Capabilities and Experience


The Navy is looking for the company to provide a wide range of engineering services including system engineering, supportability engineering, design engineering, integration and test engineering, and test and evaluation planning in support of the AWS ILS Program.


The Navy requests specific information on the company's experience and ability to:

i.Identify readiness issues with weapon system equipment, analyze the issues, and recommend cost effective logistics measures to achieve optimal readiness requirements;
ii.Develop various change order packages such as Engineering Change Notification (ECNs), Design Change Notice (DCNs), Engineering Change Proposal (ECPs), Ship Change Document (SCDs), Technical Data Packet (TDPs), preliminary and final Ordnance Alteration (ORDALT) Instructions;
iii.Conduct and manage physical configuration audits,
iv.Perform scheduling, production, and project management linked directly to new development;
v.Conduct sustainment analysis and reporting for efforts related to legacy systems, major weapon system upgrades or Commercial Off The Shelf (COTS) refresh of the AWS;
vi.Identify and maintain weapon system S&TE; and
vii.Develop, maintain, and deliver a Reliability, Availability and Maintenance (RAM) Plan for lifetime support efforts.


The Navy anticipates scope will apply to ILS development until the end of the interim support period and requests the company provide relevant ILS experience for systems up to transition to an in-service engineering agent. Additionally, the Navy requests information on the company's approach during this interim period to providing logistics engineering and technical support to land-based training sites and test centers such as the Surface Combat Systems Center (SCSC), AEGIS Training Readiness Center (ATRC), the Center for Surface Combat Systems (CSCS) and the Naval Systems Computing Center (NSCC).


b.Life Cycle Engineering and Technical Services Capabilities and Experience


The Navy requires the following services and requests the company summarize prior activities and capabilities for delivery to the Navy.
i.Providing personnel, facilities and services to perform a broad range of engineering, technical, management, maintenance, and installation services in support of the AEGIS Computing Infrastructure (ACI) aboard U.S. Navy surface combatants and land-based training and test sites.
ii.Developing, delivering and verifying Combat Systems Operational Sequencing System (CSOSS) packages.
iii.Developing and maintaining computing equipment suite of technical manuals (TMs), Electronic Technical Manuals (ETMs), and Planned Maintenance System (PMS) documents (i.e., Maintenance Requirement Cards (MRCs) and Maintenance Index Pages (MIPs) for AEGIS ships and land-based training and test sites.
iv.Providing maintenance planning and provisioning for the AWS computing equipment suite on CG47 and DDG 51 classes of ships in coordination with Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), the AEGIS In-Service Engineering Agent (ISEA).


c.Diminishing Manufacturing Sources and Material Shortage (DMSMS) Management and Analysis Capabilities and Experience


The Navy continues to face continual component obsolescence and requests the company identify their successful approaches, processes and tools used to monitor, manage, and resolve component obsolescence. The Navy is specifically interested in the company's ability to:
i.Manage the resolution of interim support DMSMS issues for Line Replaceable Units (LRUs) and other system parts designed, built, and/or integrated by various contractors for the AWS;
ii.Maintain configuration control of all LRU and system parts through an automated method, ensuring data is identified monitored, tracked, and reported; and
iii.Identify system components for LRU repair/replacement requirements.


The Navy is also interested in the company's ability to conduct DMSMS analysis for vendor proprietary LRUs and experience in identifying alternate acceptable solutions, implementing solutions selected after technical, cost, and schedule assessments, and validating the operability of the selected solution.


d.Interim Supply Support and Component Repair Operations Center Management


The company should describe facilities and capacity to procure, stock, manage and ship material for initial outfitting and Installation Check-out (INCO) for AEGIS new construction and modernization.


The Navy is interested in the company's capability and prior experience in repairing LRUs and test equipment, operating a component repair operations center and providing continuous supply support for material until the Material Support Date (MSD). Information on related capabilities are requested including warehousing of LRUs and system parts awaiting repair or replacement, experience with receiving, stocking, storing, inventorying and managing all LRUs and system parts.


The company should also briefly describe prior experience in:
i.Information systems management;
ii.Managing Navy Furnished Material (NFM);
iii.ORDALT kit storage and distribution;
iv.Installation support, configuration support, material ordering;
v.DMSMS procurement and coordination support;
vi.Program quality assurance administration;
vii.Requisition processing;
viii.MILSTRIP requisitioning;
ix.Carcass return,
x.Operating Materials & Supplies (OM&S) maintenance,
xi.Preservation and shipping, as well as packaging, handling, storage and transportation (PHS&T);
xii.Monitoring and managing LRU and system parts shelf life, and
xiii.Test equipment calibration.


3.Barriers to Competition


Please identify any obstacles to competition in the areas of repair facilities or scope of work that would hinder or restrict the company's involvement in a future competitive procurement. In addition, the company should recommend solutions or mitigation paths for the Navy to overcome the obstacles.


NOTE: RFI responses shall be 10 pages or less, 1 inch margins, single-sided and 10 point Times New Roman font or larger. Industry shall possess a facility security clearance level of SECRET.


The Navy is conducting market research to identify qualified and responsible sources that may be interested in the requirements described in this notice. This RFI is issued for informational and planning purposes only and does not constitute a solicitation or a Request for Quote (RFQ). This RFI is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Information submitted in response to this RFI will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive will be protected from disclosure under the public records law only if properly labeled as such.



RFI Responses:


Interested parties should provide a response on or before 4:00 pm, 12 January 2017. The response should include one electronic (virus scanned) copy sent via e-mail to erin.anderson1@navy.mil. and akansha.anand@navy.mil . Please include the RFI Title in the subject of the e-mail.


All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice.


Akansha Anand, Phone 2027813837, Email akansha.anand@navy.mil - Erin Anderson, Procuring Contracting Officer, Phone 202-781-2981, Email erin.anderson1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP