FY24-29 MK-59 Floating Decoy System Production / Technical Engineering Services

Agency:
State: District of Columbia
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159913096989686
Posted Date: Nov 15, 2023
Due Date: Nov 23, 2023
Source: Members Only
Follow
FY24-29 MK-59 Floating Decoy System Production / Technical Engineering Services
Active
Contract Opportunity
Notice ID
N00024-24-R-5524
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA HQ
Office
NAVSEA HQ
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 15, 2023 02:29 pm EST
  • Original Response Date: Nov 23, 2023 03:30 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5840 - RADAR EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Washington , DC
    USA
Description

Sources Sought Announcement



FY24-29 MK-59 Floating Decoy System Production / Technical Engineering Services



Anticipated Solicitation Number: N00024-24-R-5524



Agency: Department of the Navy



Office: Naval Sea Systems Command (NAVSEA)



Location: NAVSEA Headquarters





1. SYNOPSIS





In accordance with FAR 15.201 and in anticipation of a potential future procurement program, this sources sought notice is being 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 & Lasers Directorate. The Government is conducting market research to determine industry interest and capability in regards to production and technical engineering services requirements for the MK-59 Floating Decoy System (FDS). The Government is especially interested in large and small businesses with the capability and interest to be the primary contractor. Please refer to Enclosure (1) for the system overview and background.





This sources sought notice 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 (RFP). 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 the SAM.gov website, 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 sources sought notice.





2. RESPONSE REQUIREMENTS





2.1 General.





Interested parties shall submit responses via email to Valerie Deeds at Valerie.K.Deeds.civ@us.navy.mil, Contracting Officer, Thomas Williams, at Thomas.D.Williams220.civ@us.navy.mil; and Contract Specialist, Stuart Grosvenor, at Stuart.C.Grosvenor.civ@us.navy.mil by the closing date and time of this sources sought notice. The subject field of the email should contain "MK-59 FDS Sources Sought." Responses should indicate sufficient detail for assessment of potential contracting strategies and company interest. Failure to provide a response does not preclude participation in any possible future RFP, if issued.





Please be advised that all submissions in response to this sources sought notice become Government Property and will not be returned. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. Please note that industry participation is voluntary and the Government will not reimburse any expenses for any efforts expended as a result of or in response to this notice.





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.





2.2 Page Format. Respondents to this sources sought notice must adhere to the following details:




  • Submissions shall be single spaced, typed, or printed in Times New Roman font with text no smaller than 12-point font.

  • Page size should be 8.5 x 11 inches. The top, bottom, and side margins must be at least 1 inch. 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







2.3 Page Limitations. The white paper shall not exceed 10 single-sided pages. Each page must be counted except for the following:




  • Cover Sheet

  • Company Profile

  • Table of Contents

  • List of Abbreviations & Acronyms





2.4 Content. Responses shall be organized into the following sections with the following information:






  1. Cover Sheet – Sources sought notice number and title, date of submission, company name, company address, and technical point of contact containing a printed name, title, email address, and telephone number






  1. 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/Size (i.e., large, small disadvantaged, veteran, woman owned, etc.)






  1. Table of Contents






  1. General Response Information – The Navy requests responses to the following:




  • Describe your capabilities and experience with Electronic Warfare Floating Decoy design, development, and transition to production. Include any applicable information relating to test processes, subcontractor/vendor management, and manufacturing process controls.

  • Describe how you would approach (i.e., partnerships, in house, subcontracting, vendors) and manage updates to proposed system, similar efforts under other ongoing contracts; and available personnel capacity.

  • Describe how you would approach production qualification testing; to include system qualification for environmental, electromagnetic interference, shock, and vibration requirements as applicable.

  • Identify critical corporate capabilities and certifications that would aid the production or design modifications. Examples of capabilities and certifications include knowledge of information assurance, quality processes, Failure Analysis and Corrective Actions, and International Standards Organizations Certifications.

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

  • Identify experience with production and engineering services type contracts. Address any issues, lessons learned and recommendations from those experiences.

  • Provide the expected place(s)/address(es) where the production work and test would be performed.

  • Identify if your company has the capability to be a prime contractor or if it is only interested in subcontracting opportunities.

  • Segregate proprietary information by properly marking and clearly identifying any proprietary information or trade secrets contained within their response.

    • The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified.

    • Proprietary information received in response to this sources sought notice will be safeguarded and handled in accordance with applicable Government regulations.








  1. List of Abbreviations & Acronyms





2.5 Classification. Interested parties must ensure responses are unclassified and appropriately marked. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact Valerie Deeds with a copy to the Contracting Officer and Contract Specialist.



2.6 Deadline. Interested parties shall submit their response via email to Valerie Deeds at Valerie.k.deeds.civ@us.navy.mil; Contracting Officer, Thomas Williams, at Thomas.d.williams220.civ@us.navy.mil; and Contract Specialist, Stuart Grosvenor, at stuart.c.grosvenor.civ@us.navy.mil by 3:30pm Washington, DC local time on November 30, 2023.





3. DISCLAIMER





This sources sought notice is issued solely for Market Research purposes. It does not constitute a RFP or a promise to issue an RFP in the future. This sources sought does not commit the Government to solicit offers or award a contract. The information provided in this sources sought is subject to change and is not binding on the Government. The Government may request further information regarding respondents’ self-assessed capabilities and may request a presentation and/or a site visit. Any such requests would not signify preference nor solicitation. Respondents are advised that ALL costs associated with responding to this sources sought will be solely at the interested parties’ expense, and the U.S. Government will not pay for any information or costs incurred or associated with submitting a response to this sources sought.







Primary Point of Contact:



Stuart Grosvenor, Contract Specialist



Stuart.c.grosvenor.civ@us.navy.mil





Secondary Point of Contact:



Thomas Williams, Contracting Officer



Thomas.d.williams220.civ@us.navy.mil











Enclosure (1):






  1. Overview

    • Companies would be required to produce multiple MK-59 FDSs.

    • Companies may be required to provide Engineering Services.

    • The company shall have significant expertise in electronic warfare design of floating decoy systems, multi-reflector structures and material, testing, data collection, data analysis, software design, and hardware design.

    • The company is required to have personnel with substantial experience performing on a program or project of a similar production for a United States Department of Defense Component.

    • Specific expertise required but not limited to includes:

      • Program Management

      • Systems Engineering

      • Software Engineering

      • Hardware Engineering

      • Radio Frequency (RF) Subject Matter Experts (SME's) with Engineering backgrounds

      • Signal Processing SME's with Engineering backgrounds



    • The company 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.










  1. Background and Implied Requirements

    • The effort consists of production, testing, and engineering services of a MK-59 FDS.

    • The current United States Navy capability, known as the MK-59 Decoy Launching System (DLS), is an inflatable passive floating decoy system capable of providing protection against anti-ship missiles.

    • The system consists of a deck-mounted launcher connected to an operator control panel, used to launch the decoy. The system configuration includes a launcher, decoy, and control panel.

    • MK-59 DLS uses multi-reflector structures to achieve a ship-like Radar Cross Section (RCS).

    • The MK-59 DLS capability is a stand-alone system.

    • The MK-59 DLS is fielded on United States Navy ships, and within the United Kingdom and Canadian navies as the DLF3b system.










  1. Technical Data

    • A Technical Data Package (TDP) is not available.




Attachments/Links
Contact Information
Contracting Office Address
  • 1333 ISAAC HULL AVE SE
  • WASHINGTON NAVY YARD , DC 20376-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 15, 2023 02:29 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >