SPECIAL NOTICE
66 -- Navy Electronic Chart Display and Information System (ECDIS) Hardware and Software Production
- Notice Date
- 6/13/2025 12:47:54 PM
- Notice Type
- Special Notice
- NAICS
- 33451
—
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N0002425R5246
- Response Due
- 6/30/2025 11:00:00 AM
- Archive Date
- 07/15/2025
- Point of Contact
- Liz Bonilla-Sotomayor, Roxie P Thomas
- E-Mail Address
-
liz.c.bonilla-sotomayor.civ@us.navy.mil, roxie.p.thomas.civ@us.navy.mil
(liz.c.bonilla-sotomayor.civ@us.navy.mil, roxie.p.thomas.civ@us.navy.mil)
- Description
- DESCRIPTION THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT IS NOT SEEKING OR ACCEPTING UNSOLICITED PROPOSALS. ANY UNSOLICITED PROPOSALS RECEIVED WILL BE RETURNED UNOPENED. This is a Request for Information (RFI) as defined in FAR 15.201(e). The Naval Sea Systems Command (NAVSEA), on behalf of the Command-and-Control Program Executive Office directorate (PEO IWS 6.0), is conducting market research to seek industry inputs and interest as well as identify potential sources that possess the capability to accomplish potential future requirements in support of the Navy Electronic Charting Display Information System (ECDIS) program. SECTION 1: ABOUT NAVY ECDIS? The United States Navy utilizes the Navy Electronic Chart Display and Information System (Navy ECDIS) on ships and submarines as its primary navigation planning and plotting system, with the core function of ensuring safe navigation. This is achieved through electronically rendering charts from multiple databases, providing comprehensive navigation planning tools, integrating data from various sensors to accurately determine the ship's position, and monitoring ownship's movements while providing extensive real-time safety checks. A complete Navy ECDIS configuration includes hardware, software, and electronic charts that adhere to the minimum requirements outlined in OPNAVINST 9420.2B, dated 4 April 2024, and the Navy ECDIS Software Requirements Document (SRD). SECTION 2: SCOPE? This Request for Information seeks to gauge industry interest and capabilities in providing comprehensive support services for the Navy ECDIS system. Requirements in this notice consist of software sustainment, build-to-print hardware production, system integration and engineering support and thorough system testing spanning Fiscal Year (FY) 2026 through FY 2031. NAVSEA anticipates that the majority of the work will be performed at the contractor's facility. The applicable North American Industry Classification System (NAICS) code for this notice is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.?Interested parties are encouraged to respond, outlining their relevant experience and capabilities. Efforts may include, but are not limited to: hardware manufacturing, assembly, testing, Installation and Checkout (INCO) kits, supply of spares, fulfillment of provisioning item orders, ancillary engineering support, and software sustainment efforts to meet both documented and emergent surface and subsurface baseline capability.? The prospective source will utilize Government-furnished source code, objects, scripts, and executables required to build, install, load, operate, maintain and update Navy ECDIS software. The source will also provide updated product structure documentation, Integrated Logistics Support (ILS) source material and all applicable documentation.? The NAVY ECDIS hardware is defined by a Government-owned Technical Data Package (TDP). The prospective source will be responsible for providing all necessary efforts and resources (including, but not limited to, labor, materials, travel, and facilities) to accomplish the required effort. This includes maintaining the Navy ECDIS hardware and Software Development Environment (SDE), testing infrastructure, and provide requisite facility and security infrastructure to support existing Navy ECDIS baselines.? The Government intends, when feasible and supportable, to transition to a Government-furnished virtual, cloud-based ecosystem. The transition would enable implementation of agile software development, testing, Fleet deployment, and feedback using DEVSECOPS tools and principles.?The prospective source would be responsible for this migration. The prospective source would support the efforts to include Program Management, System Tech Refresh and Obsolescence Update Support, Test and Analysis, Quality Assurance (QA), Configuration Management (CM), Reliability and Maintainability (R&M), System Safety, System Security.? The prospective source will need to demonstrate the required level of technical expertise and the production capability necessary to deliver the fully tested equipment in time to meet shipyard �In-Yard Need� dates and backfit installation schedules.? SECTION 3: SUBMISSION INSTRUCTIONS NAVSEA invites all interested potential sources, including small business concerns, to submit written information sufficient to demonstrate the respondent's ability to fulfill the requirements. Qualified sources must demonstrate that they possess the requisite facilities, equipment, and capabilities to perform the work. Please note that a minimum US facility security clearance level of SECRET is required prior to award. Identify classified facility and secured spaces by CAGE code able to handle design, production, and system level testing to SECRET. Responses are requested by 2:00 PM (EST) on Monday, June 30, 2025. Questions or clarifications related to this RFI may be submitted electronically to Miss. Liz Bonilla-Sotomayor at liz.c.bonilla-sotomayor.civ@us.navy.mil and Miss. Roxie Thomas at roxie.p.thomas.civ@us.navy.mil. Verbal questions will not be accepted. Questions shall not contain classified information. Please ensure that the subject line of any emails containing responses or questions related to this notice includes the name of your firm and ""Electronic Chart Display and Information System (ECDIS) RFI Response"" (without quotations marks) in the subject line. Responses are limited to a maximum of ten (10) pages in length, excluding the cover page, with a minimum font size of 10 points. Generic capability statements that do not address the information requested in in this RFI will be deemed non-responsive without any further communication from the Government. All responsive submissions received by the due date noted in this RFI may be considered by the Government to inform the Acquisition Strategy and the resulting Request for Proposal. All information received bearing proprietary markings will be handled in accordance with applicable statutes and regulations. Responses to this notice will not be returned and will be maintained or destroyed in accordance with the Government�s records management policy. 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 points of contacts listed in this notice. 3.1 COVER PAGE Include a cover page containing the following information: Sources Sought number for this notice Company Name Mailing address and physical address (if different) DUNS number CAGE code Business size status (based on NAICS code 334511) Type of small business (if applicable) Name, position, email address, and phone number of point(s) of contact 3.2 COMPANY INFORMATION Identify contracts within the last five (5) years with similar scope and provide brief overview of company responsibilities under the contract. EXPERIENCE AND CAPABILITIES? 3.3 Knowledge and experience of US Navy (USN) or Department of Defense (DoD) contracts? In addition to the requirements defined in SECTION 2, the prospective source should describe experience with current or past contracts (USN or DoD) in the following areas:? Manufacturing and testing electrical components and electronic circuit card assemblies.? Producing shipboard hardware equipment to host navigation software.? Production of a hardware suite, which will properly accommodate the Navy ECDIS Software or similar software system.? Ability to build an ECDIS system consisting of two racks and eight operator stations with a minimum of 18 units per year. Ability to ramp up hardware production to meet a minimum annual requirement of 36 ECDIS systems.? Any specific skills,?certifications and/or resources/facilities are required to keep up with production and quality assurance through the life of the contract. ECDIS, radars, shipboard interfaces (Common Object Requested Broker Architecture (CORBA), Advanced Message Queuing Protocol (AMQP) National Marine Electronics Association (NMEA), and Output Data (OD) messages, mission planning for submarines and surface ships.?? Experience sourcing hardware, negotiating pricing, driving down lead times, correcting issues, and conducting acceptance testing of commercial off the shelf (COTS) items and/or hardware items manufactured to a Government approved TDP specification.? Preferred approach to systems integration of ECDIS Software and the associated hardware.? Test evaluation of an integrated product will require at a minimum a Secret facility clearance at the time of contract award. Ability to meet Capability Maturity Model Integration (CMMI) Level 3 requirements.? Ability to meet Cybersecurity Maturity Model Certification (CMMC) processes.? Describe your experience and demonstrated knowledge of ECDIS Software with current or past contracts (USN or DoD) in the following areas:? Producing ECDIS software as well as experience with hardware / software integration.? Providing sustainment of software or similar mission critical software for surface and subsurface baselines and emergent requirements.? Ability to produce, maintain, and test interfaces that integrate with ECDIS with surface and submarine combat systems, and mission planning systems, sensor systems, and other shipboard systems and interfaces including radar, navigation, track sources (radar, Automatic Identification System (AIS), Electro-Optic/Infrared (EO/IR)), as well as network-based data exchange and data transfer abilities.? Approach to DEVSECOPS and how virtualization may benefit the effort. Ability to manage multiple configurations and baselines of Navy ECDIS software. Capacity to deliver up to 10 Navy ECDIS software builds annually through the AGILE software process. Describe your familiarization with ECDIS testing and the associated test environments, with current or past contracts (USN or DoD) in the following areas:? Unique lab and land-based testing environments and how ECDIS software is tested and qualified for delivery to the Government.? Familiarity and understanding of the NAVCERT process.? Distributed land-based system of systems testing facilities and their associated interfaces with ECDIS.? Systems engineering to design, develop, test, qualify, and produce ECDIS Software and the associated hardware.? Familiarity or experience with OPNAV 9420.2b.? Familiarity or experience working with commercial ECDIS standards: IEC 61174 Edition 4, IHO S-57, and IHO S-52. ?3.4 Schedule? Prospective sources must demonstrate the ability to complete production and integration of initial Navy ECDIS hardware within 545 days of contract award. Additionally, prospective sources must be able to sustain the software after a transition period from the previous vendor, with a maximum transition period of 90 days from contract award. Discuss any factors or capabilities that could accelerate or impede your company's ability to deliver the necessary software and/or hardware within the required timelines.??Specifically, describe your approach to meeting the anticipated software development and hardware production and integration timelines. 3.5 Barriers to Competition? Identify any obstacles to competition in the areas of production, engineering support, test facilities, or defined scope of work that might hinder or restrict your company's involvement in a future competitive procurement.?? Identify projected cost and schedule drivers for this effort, minor and major. ? In addition, recommend solutions or mitigation paths for the Navy to overcome the obstacles.? DISCLAMER This notice is not a request for proposals. Per FAR 15.201(e), responses to this notice do not constitute 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. The Government makes no representations that a solicitation for the requirements described in this notice will be issued. Respondents are wholly responsible for any costs or expenses associated with submitting a response. 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. Information submitted in response to this notice will become the property of the United States Government. Respondents should properly mark any materials submitted with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records statutes only if properly labeled as such. Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their response. Attachments/Links: Att. 1 � Segments of Draft Statement of Work* * This attachment is provided to inform potential sources about portions of the anticipated scope of work under the resulting contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/20a4003bd52e498aac091af354b5ad33/view)
- Place of Performance
- Address: Washington Navy Yard, DC, USA
- Country: USA
- Country: USA
- Record
- SN07476947-F 20250615/250613230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |