The RFP Database
New business relationships start here

Technical Data and Hardware Maintenance Support


Pennsylvania, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

 SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD)

SUBJECT: Hardware items in support of Combat Systems Interface and Steering Control Systems currently installed on the following ship classes: Aircraft Carrier, Nuclear Powered (CVN); Landing Ship, Dock (LSD); Amphibious Transport Dock (LPD); and Multi-Purpose Amphibious Assault Ship (LHD). These systems include the Navigation Data Distribution Systems and Steering Control Systems.


THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible firms capable of providing the supplies/services described herein prior to determining the method of acquisition.


Contract Type - A Cost-Plus-Fixed-Fee (CPFF) IDIQ contract is anticipated.


Period of Performance - The performance period will span five (5) years from the date of award; and include a base period of twelve (12) months and four (4) twelve (12) month option periods. Performance is anticipated to begin on or after 01 December 2019.


Security Requirements - The Contractor is responsible for completing all required Government mandated training to maintain security and network access to government sites and IT systems to include but not limited to: Antiterrorism Level 1 Awareness; DoD Cyber Awareness Challenge; Combatting Human Trafficking; Records Management in the DON: Everyone's Responsibility; Training and Readiness: The Active Shooter; Constitution Day; NAVSEA Introduction to Controlled Unclassified Information; Operations Security (OPSEC); NAVSEA Counterintelligence Training; Privacy and Personally Identifiable Information (PII) Awareness Training; and NAVSEA Physical Security training. Certificates of successful completion shall be sent to the COR and as otherwise specified in the contract.
An active SECRET Facility Clearance Level (FCL) is required for performance of this contract. There is no safeguarding requirement required. All personnel must have a current SECRET or higher clearance, or the ability to obtain one.
Work Location Requirements - The primary place of performance is at NSWC in Philadelphia. Travel in support of this requirement is anticipated to include, but may not be limited to, the following alternate performance locations: San Diego, CA; Norfolk, VA; Bremerton, WA.
Scope - The anticipated requirement is for NSWCPD Department 50, which is responsible for the Ship Controls and Navigation, CVN and New Development and the Cybersecure HM&E Control Systems Division (Division 52) of the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), serves as the In-Service Engineering Agent for various Navigation and Ship Control Systems onboard USN ships. Current programs under Code 521's responsibility include the Ship Control System - Government (SCS-GOV) and the Navigation Critical Distribution System (NCDS).
The contractor shall provide technical support in relation to physically upgrading the existing Navigation Converter equipment with new components. The contractor shall provide NSWCPD updated navigation converter internal wiring tables, drawing modifications, parts list, and installation instructions, to reflect all modifications. The Contractor shall provide completed test reports for all testing that was completed prior to final delivery of hardware modifications for the LSD modified navigation converter.
The contractor shall provide a detailed engineering drawing package as requested for any of the products listed within the contract. Technical data consists of information, other than software, that is required for the design, development, production, manufacture, assembly, operation, repair, testing, maintenance, or modification of defense articles. This includes information in the form of blue prints, drawings, photographs, plans, instructions, or documentation. All associated documentation shall be in editable format and the US Navy will retain the rights to update and modify as needed.
The contractor shall provide engineering and programmatic support in relation to supporting the maintenance and lifecycle support of the products included in the contract. Efforts shall include the repair of units due to failures that have occurred during shipboard or lab facility use. Software and firmware updates shall be performed to address reported deficiencies by NSWC Philadelphia. Obsolescence Management shall be performed on each item on the contract to ensure all associated components are up to date and the unit does not reach End of Life status.
The contractor shall provide onsite engineering support for shipboard and land based facility installed equipment. Assessments shall be required on equipment not functioning in accordance with System Operational Verification Tests, with repair or replacements necessary to resolve all issues and deficiencies.


Capability Statements:
Interested businesses are invited to submit capability statements. Responses are not to exceed Five (5) pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contact (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count.
Capability Statements must address, at a minimum the following:


Section 1: Introduction. Identify the Sources Sought Number and Title
Section 2: Corporate Description.
• Name of Company and address
• Ownership, including whether: Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB)
• Points of contact, including: Name, title, phone, and e-mail address
• CAGE Code and DUNS Number
(1) A complete description of the offeror's capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government's objectives as it relates to the scope section of this sources sought.


(2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort.


(3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 calendar days for all personnel expected to provide support in accordance with the above requirement.


Section 3. Past/Current Performance. Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the scope section of this sources sought.


Section 3. Technical Response. Provide a detailed technical response that addresses the tasks identified in the scope section of this sources sought. Information should include:
• The contractor's ability to manage, as a Prime contractor, the types and magnitude of all tasking in the scope section of this sources sought.
• Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the contract with its' own employees in accordance with FAR 52.219-14.
• The contractor's capacity, or potential approach to achieving capacity, to execute the requirements of the description of scope section of this sources sought. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified.
• Contractor's ability to begin performance upon contract award.
• A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts.


Note: The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited. All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence.


Prior to the award of a cost-type task order, the Federal Acquisition Regulation (FAR) SubPart 16.301-3(a) requires that the contractor's accounting system be determined adequate for considering costs applicable to the contract or order. No telephone responses will be accepted. No contractor response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Responses must be received no later than 4:00pm EST by e-mail to Donavan.redd@navy.mil on or before 28 May 2019.


Donavan M. Redd, Contract Specialist, Phone 2158977967, Email donavan.redd@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP