A. General Information:
The Naval Sea Systems Command (NAVSEA) is hereby issuing this Sources Sought notice to determine potential sources interested in providing production capacity and technical capability to meet the Government's requirements for MK54 Lightweight Torpedo (LWT) MOD 0 and MOD 1 Common Parts Kits. One solicitation is anticipated for this requirement. The solicitation is primarily associated with procurement of electronics and the sonar system of the torpedo, and mechanical subsystems and electrical power generation subsystems
The Government is seeking gain an understanding of industry's technical and manufacturing
capabilities in providing:
1. Hardware production and testing of Functional Item Replacement (FIR) and/or specified torpedo sections to ensure compliance with Technical Data Package (TDP) and specifications, and production of hardware that is interchangeable with existing fleet inventory,
2. Section/system level integration and testing of FIR and/or specified torpedo sections,
3. Section qualification and acceptance philosophy of FIR and/or specified torpedo sections,
4. Obsolescence mitigation and redesign support of Processor Group Assembly (PGA), Control Group assembly (CGA), FIR and/or specified torpedo sections
FIR units (similar to modular replaceable "plug and play" units in other systems) and section level government Furnished Equipment (GFE) are available, and may be provided to support design, production, test and integration efforts. The potential source(s) will be responsible for the qualification and testing of all the FIRs and sections to be delivered as well as individual FIRs or assemblies delivered as spares or production support equipment. The potential source(s) may utilize government infrastructure and/or existing test capabilities, and also may be required to produce test equipment at the contractor's site capable of verifying all hardware/firmware complies with test specifications and requirements. Some services, such as those at government test facilities or those using government assets, may be performed by the government. The potential source(s) may acquire other limited, but non-Government exclusive, services through a work-for-private party agreement with a specific Government facility.
The potential source(s) on the envisioned solicitation are not expected to handle energetics or
explosives.
For general information about the MK54 Torpedo, potential sources can visit:
https://www.navy.mil/navydata/fact_display.asp?cid=2100&tid=1100&ct=2
For a more detailed version of the Sources Sought, potential sources with (1) a valid CAGE Code, (2) a valid DUNS Number, and (3) an active registration in the System for Award Management (SAM) may submit a request via e-mail to Corin Price at corinthia.a.price@navy.mil with the following information:
1. Vendor/Company Name
2. Vendor/Company Mailing Address and Physical Address (if different)
3. Name of the Point of Contact
4. Point of Contact Email Address and Phone Number
5. Vendor/Company CAGE Code
6. Vendor/Company DUNS Number
7. Business Size
Once the CAGE Code, DUNS Number, and SAM registration have been verified, a detailed Sources Sought notice will be provided.
B. Requested Information:
The potential source(s) should tailor their responses based on their proposed team or company
strategy. Citing prior experience relating to the questions will aid in the Government assessment
of industry capability. Respondents are requested to provide the following information:
1. Identify any risks you perceive with the proposed strategies (technical, cost drivers,
schedule) and describe reasonable/achievable alternatives to reduce the risks.
2. Describe your capabilities and experience designing electronic and mechanical hardware to
customer performance specifications. Describe your capabilities and experience in demonstrating interfacing between mechanical and electronic components.
3. Describe how you would approach (i.e., partnerships, in-house, subcontracting, vendors) and manage the production and "make-buy" decisions.
4. If you are a small business, discuss your ability to fulfill these requirements in a small
business set aside environment and whether this would be the preferred approach vice full and open competition.
5. Identify the critical corporate capabilities and certifications necessary to achieve the
proposed procurement approaches in this notice. Examples of capabilities and certifications include quality processes, Failure Analysis and Corrective Actions, and International Standards
Organizations Certifications.
6. Describe your capabilities and experience with assembly and production of complex electronic and/or mechanical components and test equipment including test processes, sub-contractor and vendor management, and manufacturing process controls.
7. Describe your management approach to ensure the design is procurable throughout the torpedo life cycle. Address approaches for ensuring material resources meet form, fit, function,
replacement, and/or redesign needs, improving life cycle supportability, identifying and mitigating risks, and minimizing commercial-off-the-shelf (COTS) obsolescence issues.
8. Identify the minimum quantity of FIRs and/or torpedo sections necessary for your company to sustain stable annual production throughput.
9. Describe your experience working directly with Government organizations and the risk and/or impact of using a Government facility for design verification testing, first article testing,
Environmental testing, and final acceptance testing access to Government personnel and facilities (including test equipment) have on FIR and/or torpedo section costs and sustainable production capabilities.
10. Describe your experience with public private partnerships and the advantages and disadvantages these arrangements have in meeting the production objectives discussed above.
The Government will evaluate market information to ascertain potential market capacity to 1)
provide services consistent in scope and scale with those described in this notice and otherwise
anticipated; 2) secure and apply the full range of corporate financial, human capital, and
technical resources required to successfully perform similar requirements; 3) implement a
successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
C. Submission Instruction:
All respondents with the capability to accomplish the requirements referenced in this notice are
invited to submit written information sufficient to demonstrate their ability to fulfill the
requirements described in this notice. Responses shall describe respondent's technical capabilities and experience in supporting the MK54 Lightweight Torpedo (LWT) MOD 0 and MOD 1 Common Parts Kits.
Responses to this notice must be submitted via e-mail to the point of contact, Contract Specialist Corin Price (corinthia.a.price@navy.mil), and must be received no later than 30 days after the Sources Sought issue date. Each submission should include one electronic (virus scanned) copy in Microsoft Word or Adobe Portable Data Format (PDF). The subject line of emails containing responses or questions related to this notice should reference the solicitation number for this notice.
Please limit responses to a maximum of four (4) pages in length, excluding the cover page, based on a minimum font size of 10 points and 1-inch margins. Cover page should include the following information:
A. Solicitation Number for this Notice
B. Vendor/Company Name
C. Vendor Mailing Address and Physical Address (if different)
D. Vendor Website Address
E. Name of the Point of Contact
F. Point of Contact Email Address
G. Point of Contact Phone Number
H. Vendor DUNS Number
I. Business Size Status (based on NAICS code for this notice)
J. List of all NAICs codes as identified in the vendor's Online Representations and Certifications
Application (ORCA)
K. Business Category (e.g., large, small, small veteran owned, woman owned)
L. Number of employees
The Government will accept specific questions or comments submitted in response to this notice or information provided as a result of this sources sought notice. The Government may or may not be able to provide answers to all questions at this time.
All information received that includes proprietary markings will be handled in accordance with
applicable statutes and regulations. To aid the Government in its review, please ensure proprietary information, if any, is clearly marked and separate from non-proprietary information. Please be advised that all submissions become Government property and will not be returned. Responses to this notice will become Government property and will not be returned to the submitter. 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 point of contact listed in this notice.
This notice is not a request for proposals. 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. This notice is issued solely for information and planning purposes and does not constitute a
solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any
other kind of offers will be considered in response to this notice. Respondents are wholly
responsible for any costs or expenses associated with submitting a response. Follow-up questions may be asked of responders for clarification, but this will not have indicated a selection or preference. No reimbursement will be made for any costs associated with providing information in response to this notice or any further requests for information relating to a response. 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. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued. Classified material will not be accepted.