This is a Request for Information (RFI) issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Integrated Warfare Systems Above Water Sensors and Lasers directorate (PEO IWS 2.0). The Government is conducting market research seeking industry inputs and interest for future development and production phases for Future X-Band Radar (FXR).
The information obtained in response to this RFI is intended to increase our understanding of industry interest and capability for FXR development, initial FXR production, and inform acquisition decisions.
SECTION 2: GENERAL INFORMATION
Pursuant to FAR 52.215-3 this RFI is for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This does NOT constitute a Request for Proposal. 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. Specific responses will not disqualify or have an impact on participation and evaluation on future solicitations. Not responding to this RFI does not preclude participation in any future solicitation. If a solicitation is issued in the future, it will be announced via SAM.GOV and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor SAM.GOV for additional information pertaining to this requirement.
Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. The NAICS Code for this RFI is # 334511.
The Government plans to use selected support contractor personnel from Johns Hopkins University Applied Physics Laboratory, DPM Consulting, Serco Inc., Innovative Concepts Engineering, Technology Management Solutions, Technology Service Corporation, Systems Planning and Analysis, Amentum and Solution Development Corporation to assist in providing Subject Matter technical expertise for RFI response review, execution of Industry Day, and one-on-one sessions. These support contractors will be bound by appropriate nondisclosure agreements (NDA) to protect proprietary and source-selection information. Interested Contractors may wish to enter into non-disclosure agreements directly with these organizations. To obtain contact information for each of these organizations please contact Brittany Burton, Contract Specialist, via e-mail at [email protected] and Holly Danner, Contracting Officer, at [email protected], Dario Llacuna, at [email protected], Joseph Gueary, at [email protected].
This RFI is a follow-up to a previous RFI and includes some duplicate questions. If a response has already been provided for any specific RFI line items, there is no need to respond again with the same information unless there is an update to what was previously provided.
A listing of RFI questions and associated Government Furnished Information (GFI) will be provided by the Government SEPCOR. Technical papers provided are intended as technical information for industry to use as reference only and does not constitute a US Government prescription for design or implementation.
Questions or requests regarding this announcement shall be submitted in writing via e-mail to Brittany Burton, Contract Specialist, at [email protected], with a copy to the Contracting Officer, Holly Danner, at [email protected], Dario Llacuna, at [email protected], Joseph Gueary, at [email protected]. The subject line of the email should read as follows: “Questions Regarding FXR RFI – N00024-25-R-5502.” Verbal questions will not be accepted. Questions shall not contain classified information.
SECTION 3: REQUIREMENTS OVERVIEW
The Government is interested in procuring FXR from companies that have the following attributes:
a. Have past experience developing, integrating, testing, and manufacturing complex radar systems, RF electronics, digital communications networks, high performance processing nodes, high-voltage power distribution and conditioning systems, high-capacity cooling units, and antenna structures.
b. Experience teaming with industry partners for subsystem development.
c. Experience cooperating with other prime industry partners integrating complex systems.
d. Experience maintaining fielded DoD or Military hardware systems.
SECTION 4: SUBMISSION OF RESPONSES
This RFI has two (2) sections; Acquisition and Technical.
i. Unclassified responses to this RFI should be submitted via e-mail to Brittany Burton, Contract Specialist, at [email protected], with a copy to the Contracting Officer, Holly Danner, at [email protected], Dario Llacuna, at [email protected], Joseph Gueary, at [email protected]. The subject line of the email should read as follows: “FXR RFI Response – N00024-25-R-5502.”
ii. Classified responses may be sent through ARL SAFE if your organization has the ability.
ARL Secure Access File Exchange (SAFE) https://safe.arl.army.smil.mil
OUTSIDE ENVELOPE – (no classification marking):
“NAVAL SURFACE WARFARE CENTER DAHLGREN
ATTN PROCESSING CENTER 10516146 TISDALE RD STE 237
DAHLGREN VA 22448-5158”
The inner wrapper of the classified response should be addressed to the attention of Said Sehbaoui, NSWC DD B42 and marked in the following manner:
INNER ENVELOPE – (stamped with the overall classification of the material, conspicuous classification marking on all sides)
“NAVAL SURFACE WARFARE CENTER DAHLGREN
ATTN: Said Sehbaoui/ B42
6146 TISDALE RD STE 237
DAHLGREN VA 22448-5158”
SECTION 4.1: CONTENT
Government Questions and associated GFI available only upon request in accordance with Section 2 of this RFI.
SECTION 4.2: CLASSIFICATION AND SECURITY
All materials submitted in response to this RFI can be up to SECRET and non-Sensitive Compartmented Information (SCI) level. All contractors will require access to Communications Security (COMSEC) information, North Atlantic Treaty Organization (NATO) Information, Controlled Unclassified Information (CUI) and “No foreign nationals” (NOFORN) information. 32 Code of Federal Regulation Part 117, published 12 December 2020, effective 24 February 2021, applies to this contract.
Contract performance is restricted to contractor facility or Government activity as indicated in the contract. Security Classification Guidance is as follows:
Copies of these Secret classification guides are on file with NAVSEA PEO IWS 2.0.
The Contractor shall utilize the NAVSEA/NSWCCD Critical Information and Indicators List, of 20 JUN 2021 to help identify and protect critical information associated with this contract. The Contractor may be exposed to, use, or produce, NAVSEA/NSWCCD Critical Information (CI) and/or observables and indicators which may lead to discovery of CI. NAVSEA’s CI will not be distributed to unauthorized third parties, including foreign governments, or companies under Foreign Ownership, Control, or Influence (FOCI).
NAVSEA’s/NSWCCD’s CI shall not be publicized in corporate wide newsletters, trade magazines, displays, intranet pages or public facing websites. Media requests related to this project shall be directed to NAVSEA/NSWCCD Public Release Authority listed in Item12 of the associated DD Form 254. Any attempt by unauthorized third parties to solicit, obtain, photograph, or record, or incidents of loss/ compromise of government Classified or CI, Business Sensitive and Company Proprietary information related to this RFI must be immediately reported to the Facility Security Officer, DCSA and/or the Naval Criminal Investigative Service, and the NAVSEA Security Office. Questions concerning these requirements shall be directed to the NAVSEA Security Office.
In reference to the FXR DD254:
Block 1.a. Facility Security Clearance Required: The contractor is required to maintain a SECRET facility security clearance.
Block 1b. Level of Safeguarding for Classified Information/Material Required at Contractor Facility: The contractor is required to maintain a level of safeguarding for classified information/material at the SECRET level.
Block 10a. COMSEC: Contractor requires access to COMSEC information and infrastructure (personnel clearances, laptop/desktop/and a facility location certified for processing of secure communications). The Contractor shall be required to have access to COMSEC for SIPRNet equipment.
Access to classified COMSEC information requires a final U.S. Government clearance at the appropriate level. Further disclosure of COMSEC information by a contractor, to include subcontracting, requires prior approval by GCA.
Block 10e. Non-SCI: The Contractor requires access to Non-SCI Intelligence Information to develop classified fire control radar capabilities outlined in this RFI for Future X-Band Radar.
Block 10g. North Atlantic Treaty Organization (NATO): Access to NATO information requires a final U.S. Government clearance at the appropriate level and a NATO access briefing/debriefing. Prior approval of GCA is required for subcontracting to impose NATO requirements or grant NATO access to subcontractor. The contractor’s development of new or augmenting existing technology must be compatible and relevant to these NATO operations.
Block 10j. Controlled Unclassified Information (CUI): The contractor shall be required to have access to CUI with developers and integrators. Controlled Unclassified Information (CUI) (formerly For Official Use Only (FOUO) and Personally Identifiable Information (PII) generated and/or provided under this contract shall be safeguarded and marked as specified in DODI 5200.48, Controlled Unclassified Information (CUI), March 6, 2020.
Block 10k. NOFORN: Contract will require access to and generation of NOFORN data.
Block 11c. Receive, Store, and Generate Classified Information: Contractor shall be able to receive, store and process classified material. Contractor will contact NSA for account procedures. All equipment will be furnished and maintained by the contractor per the requirements of OPNAVINST 2221.5D dtd 8/15/16 and guidance provided by the Contracting Officer or Contacting Officer Representative.
The Contractor is not authorized to release any data to foreign representatives without an approved export license.
Block 11h. Require COMSEC Account: Contractor requires COMSEC account to accommodate the use of secure communications.
Block 11j. Operations Security Requirements: Due to the sensitive nature of tactical fire control radar data and technology, the Contractor requires OPSEC, and shall develop and submit for approval an OPSEC Plan.
Block 11k. Be authorized to use the Defense Courier Service (DCS): The contractor may require and is authorized for use of the Defense Courier Service for the transfer of classified material.
Block 11l. Receive, Store, or Generate Controlled Unclassified Information (CUI): The contractor shall be required to have access to generate and/or store CUI with developers and integrators.
SECTION 4.3: FORMATTING
Respondents to this RFI must adhere to the following details:
*Cover Sheet: RFI number and name, address, company, CAGE code, technical point of contact, with printed name, title, email address, telephone number, and date
*Table of Contents: Include a list of figures and tables with page numbers
*General response information
*List of abbreviations and acronyms
.docx Microsoft Word
.xlsx Microsoft Excel
.pptx Microsoft PowerPoint
.pdf Adobe Acrobat
Submitted electronic files should not be compressed.
SECTION 5: REQUESTING GFI
RFI questions and GFI will be distributed to qualified organizations upon request via email. The subject line of the email should read as follows: “FXR RFI GFI – N00024-25-R-5502.” Distribution of FXR GFI is limited to US DoD and US DoD contractors only. Release beyond these limits must be referred to PEO IWS 2.0. To obtain the GFI documentation, interested companies shall provide a current copy of their approved DD Form 2345, Military Critical Technical Data Agreement, verifying eligibility and authority to receive export-controlled information. In addition, interested companies must complete BOTH Terms of Use Agreements (Attachments 1A and 1B of this announcement) and the Classified Material Request form (Attachment 2 of this announcement). Companies should assert in their requests that they have a Defense Security Service (DSS) issued SECRET facility clearance, providing for SECRET personnel clearances and SECRET safeguarding capability. The DD Form 2345, completed Terms of Use Agreement, and classified material request form shall be submitted via email to Brittany Burton, Contract Specialist, at [email protected], with a copy to the Contracting Officer, Holly Danner, at [email protected], Dario Llacuna, at [email protected], Joseph Gueary, at [email protected].. Upon receipt, verification of facility clearance, and approval of the GFI request, the GFI will be provided.
SECTION 6: OTHER
This RFI is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. NAVSEA does not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee costs in response to this notice are not considered an allowable direct charge to the Government.