RFI - AN/SPY-1 radar MMSP, ALPS, WDRC, ACSSE, and EEFC
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Feb 21, 2023 01:35 pm EST
- Original Response Date: Apr 04, 2023 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1285 - FIRE CONTROL RADAR EQUIPMENT, EXCEPT AIRBORNE
- NAICS Code:
- 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Place of Performance:
Description
This is a Request for Information (RFI) as defined in FAR 15.201(e). The Government is requesting information regarding industry's capabilities and related experience for engineering and production of the Navy’s AN/SPY-1 radar Multi-Mission Signal Processor (MMSP), AEGIS Linear Processor System (ALPS), MK78 Warhead Data Receiver Cabinets (WDRC), AEGIS Combat System Support Equipment (ACSSE), and Electronic Equipment Fluid Cooler (EEFC) in FY 2024 through FY 2027. Interested sources may receive Controlled Unclassifed Information to support your RFI response upon receipt of the executed Terms of Use Agreement (TOUA). The primary efforts include:
1. Production of MMSP Equipment Suite Configuration Revision, which consists of three (3) RF Processor Cabinets, two (2) Digital Processor Cabinets, and one (1) Beam Steering Controller per ship, ancillary equipment, and spares.
2. Production of WDRC equipment cabinets (2 per shipset) and associated spares to include installation support material.
3. Production of ALPS cabinets, which consists of two (2) Digital Processor Cabinets, one (1) S-Band Receiver Processor, one (1) System Interface cabinet, and associated Installation and Checkout (INCO) and On-Board Allowance (OBA) spares.
4. Engineering services to update and maintain the Level 3 Technical Data Package (TDP) as defined in MIL-STD-31000.
5. Engineering test facility, Electromagnetic Interference (EMI) shielded (Faraday cage), controlled, filtered electronic cooling system with capacity to cool multiple systems, and capable of handling classified and Communications Security (COMSEC) equipment and services to conduct MMSP, WDRC, and ALPS system level testing.
6. Production of ACSSE items including: Air Control Panels, Remote Launch Enable Panel (RLEP), Fire Inhibit Switch (FIS), Maintenance Assistance Modules (MAMS) Cabinets, Radar Synchro Generator, Waveguide Switches, and Phase Stable cables.
7. Production of EEFCs, where there are 50 Gallon Per Minute (GPM) and 100 GPM variants and configuration quantities are dependent on ship class requirements.
The USN program provides the human machine interface to allow operators access to their mission applications and related tactical requirements. This is shipboard tactical equipment which meets Navy Surface Ship Environmental Qualification Requirements (to include MIL STD-901D shock, MIL-STD-167 vibration and MIL-STD-461 EMI) for installation aboard U.S. and Foreign Military Sales (FMS) ships. The Government anticipates a majority of the work to be performed at the contractor's site.
Responding to this Notice:
Interested parties shall submit a capability statement that describes relevant experience and/or capability in support of these requirements. Interested parties may respond to one or more of the following requirements:
MMSP;
WDRC;
ALPS;
ACSSE; and/or
EEFC
Include a cover page with the following company information:
· Company Name
· Company Address
· Unique Entity Identifier
· CAGE code
· Technical Point of Contact (Name, Email Address, and Phone Number)
· Business Size Status (e.g., large, small, HUBZone, SDB, SDVOSB, VOSB, WOSB)
· If your company has an approved Quality Management System (in accordance with NAVSEA Standard 009-04).
· Level of Facility Clearance
Responses to this Request for Information notice shall be UNCLASSIFIED and shall not exceed ten (10) pages in length, excluding a cover page containing company information. Responses shall be composed using Times New Roman, 10-pt font and submitted in Microsoft Word 2010 or searchable Adobe AcrobatPortable Document Format (PDF). Each submission shall be electronic (virus-scanned) and submitted via email to the Government Points of Contact listed below.
This RFI is issued for informational and planning purposes only and is not to be construed as a commitment by the Government to issue a solicitation or to 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. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to meet the requirement. Any information submitted by respondents is strictly voluntary. Respondents should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records law only if properly labeled as such. The Government may choose not to respond to specific questions or comments submitted in response to this RFI notice or information provided as a result of this RFI. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy and future solicitation. If a solicitation is issued, it will be announced separately on sam.gov and all interested parties must respond to that solicitation separately from the response to this RFI. Submission of a response to this notice does not constitute a request to be added to a bidders list or to receive a copy of a solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- 1333 ISAAC HULL AVE SE
- WASHINGTON NAVY YARD , DC 20376-5000
- USA
Primary Point of Contact
- Chikachasi Chikezie
- chikachasi.a.chikezie.civ@us.navy.mil
- Phone Number (202) 781-3786
Secondary Point of Contact
- Michael Peduto
- michael.p.peduto2.civ@us.navy.mil
- Phone Number 2027812372
History
- Apr 26, 2023 11:59 pm EDTSources Sought (Updated)
- Feb 21, 2023 01:35 pm ESTSources Sought (Original)