SECTION 1: SYNOPSIS
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 Undersea Systems (PEO IWS 5.0). The Government is conducting market research seeking industry input and interest for potential systems engineering, software development, program management, logistics and supportability engineering, configuration management, hardware and software integration (including integration of Government Furnished Property (GFP), as applicable), test, evaluation, and installation support of Surface Ship Undersea Warfare (USW) systems, including the AN/SQQ-89 Surface Ship Combat System, with provisions included to support other Surface USW systems and components.
PEO IWS 5.0 executes the acquisition and total life cycle system support responsibility for the Navy’s Surface Ship USW programs. The requirement consists of the AN/SQQ-89(V) fitted on Cruisers (CGs) and Arleigh Burke Destroyers (DDG-51s), as well as derivative USW efforts in support of Frigates (FFs), DDG-1000, and Littoral Combat Ship (LCS) class systems, as well as USW support systems for Carriers (CVNs) and Amphibious class ships. The AN/SQQ-89(V) family includes currently developed AN/SQQ-89A(V)15 for cruisers and destroyers, AN/SQQ-89(V)16 for Frigates, and AN/SQQ-90 for DDG-1000. Each USW system variant combines improved sensors, support systems, and USW weapon control systems with advanced acoustic data processing and displays. The systems are specifically designed to support multiple ship class requirements by leveraging technology and common components to meet operational requirements for each ship class. Individual systems integrate the specific USW combat system with MH-60R Multi-Mission Helicopter, shipboard electronics, weapon control and launch systems, and other sensors.
The AN/SQQ-89(V) Surface Ship Anti-Submarine Warfare (ASW) Combat System provides integrated Undersea Warfare (USW) combat management, fire control, command and control, and onboard training to enable surface combatants to support engagement of USW targets in both open ocean and littoral environments. The AN/SQQ-89(V) provides surface warships with a seamlessly integrated USW/ASW detection, localization, classification and targeting capability.
Surface USW Combat Systems consist of a services, equipment, and computer programs that provide U.S. Navy DDGs, CGs, and other surface ships with the capability to effectively meet their offensive and defensive USW mission requirements within a multi-mission operational context. The USW combat system-designated AN/SQQ-89(V) is an element of the AEGIS Combat System on forward fit DDGs, back fit DDGs, and back fit CG platforms. The system is fully interoperable with the parent combat system. The AN/SQQ-89(V) family of systems provides the capability for the AEGIS Destroyers and Cruisers to support battlespace dominance through effective conduct of USW operations in open ocean and littoral environments. It supports implementation of command doctrine for end-to- end execution of assigned USW missions. This support includes the ability to plan, conduct, and evaluate underwater searches; to detect, classify, localize, and track contacts; and to engage or evade submarines, small objects, and torpedo threats as part of multiple platform or individual ship operations. Various combinations of the AN/SQQ-89(V) and supporting subsystems are installed onboard CG-47 and DDG-51 class ships and are intended for installation aboard LCS, future FFs, and future DDGs.
The AN/SQQ-89(V) family of hardware baselines will be upgraded with the latest market-based Commercial Off-The-Shelf (COTS) hardware every two (2) years with supporting system software upgraded with updated capabilities at a minimum of every two (2) years. As part of the Technology Insertion (TI)/ Advanced Capability Build (ACB) process, the extent of hardware and software upgrades and technical refreshes applied to the baseline is based on cost trade analyses, resolution of Fleet generated issues, and the approved budget. The requirement supports delivery of the AN/SQQ- 89(V) configuration as the initial system baseline as part of AEGIS backfit, forward fit, and modernization programs. These programs, once installed, will be supported through the TI/ACB process and will receive TI hardware to resolve obsolescence and ACB software to incorporate future capabilities. The program is in a post delivery, technology refresh and sustainability life cycle phase to continue to standardize the system across each ship variant.
Fundamental to the development, testing, fielding and support of the AN/SQQ-89(V) family is the ability to work cooperatively with as many as twenty-five (25) development contractors as new capabilities are developed and integrated. Also key is the ability to integrate biennial software improvements on production representative TIs in multiple configurations as necessary to replicate different classes of surface warships. These TI/ACB combinations must support frequent updates, tests, troubleshooting, and life cycle support.
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 comments and 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 the System for Award Management (SAM) and interested parties must comply with that announcement. It is the responsibility of interested parties to monitor FBO 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.
Questions regarding this announcement shall be submitted in writing using the form contained in Attachment 1. Attachment 1 shall be submitted via email to the Contract Specialist and Contracting Officer’s email addresses by August 02, 2021 16:00 ET. Verbal questions will not be accepted.
Questions shall not contain classified information.
SECTION 3: REQUIREMENTS OVERVIEW
The Navy issues this Request for Information to help determine the interest, technical capability, and qualifications of industry to meet the Government's needs to perform systems engineering, software development, program management, logistics and supportability engineering, configuration management, hardware and software integration (including integration of Government Furnished Property (GFP), as applicable), test, evaluation, and installation support of Surface Ship USW systems, including the AN/SQQ-89(V) system, with provisions included to support other Surface USW systems and components. Interested parties are requested to provide the following in their responses:
Section 1 of the response shall provide administrative information, and shall include the following as a minimum:
Section 2 of the response shall provide a technical description and information, and shall include the following as a minimum:
Company Qualifications and Experience
Technical Approach
Data Rights:
SECTION 4: SUBMISSION OF RESPONSES
Responses under this RFI can be unclassified or classified:
OUTER ENVELOPE – (no classification marking):
PEO IWS 5.0 Document Control Unit
Attn: Stephen Lee
1333 Isaac Hull Ave SE
Washington Navy Yard, DC 20376
The inner wrapper of the classified response should be addressed to the attention of Stephen Lee, PEO IWS 5.0 and marked in the following manner:
INNER ENVELOPE – (marked with the overall classification of the material):
AN/SQQ-89 Surface Ship Combat System
Attn: Stephen Lee, PEO IWS 5.0
1333 Isaac Hull Ave SE
Washington Navy Yard, DC 20376
Respondents to this RFI must adhere to the following details:
1. Submissions shall be single spaced, typed or printed in Times New Roman font with type no smaller than 12-point font.
2. Submissions shall not exceed ten (10) single-sided pages. Product specification, sketches, or listings of authorized distributors do not count toward the page limitation.
3. Paper should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger.
4. 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 PDF format.
5. Submitted electronic files should not be compressed and should be limited to the following extensions:
.docx Microsoft Word
.xlsx Microsoft Excel
.pptx Microsoft PowerPoint
.pdf Adobe Acrobat
.mmpx Microsoft Project
In accordance with FAR 15.201, 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. Information submitted in response to this Sources Sought will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition sensitive will be protected from disclosure under the public records law only if properly labeled as such.