Uploaded by Kuwan Luis

ANSPY-6

advertisement
1. THIS CONTRACT IS A RATED ORDER
UNDER DP AS (15 CFR 700)
SOLICITATION, OFFER AND AWARD
2. CONTRACT NO.
4. TYP E OF SOLICITATION
[ ] SEALED BID (IFB)
3. SOLICITATION NO.
N0002420R5500
7. ISSUED BY
CODE
NAVAL SEA SYSTEMS COMMAND (HQ)
1333 ISAAC HULL AVE SE
WASHINGTON NAVY YARD DC 20376-2030
5. DATE ISSUED
RATING
OF
P AGES
1
119
6. REQUISITION/P URCHASE NO.
[ X ] NEGOTIATED (RFP )
N00024
8. ADDRESS OFFER TO
(If other than Item 7)
See Item 7
TEL:
P AGE
CODE
TEL:
FAX:
FAX:
NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".
SOLICITATION
9. Sealed offers in original and
copies for furnishing the supplies or services in the Schedule will be received at the place specified in Item 8, or if
handcarried, in the depository located in
until
local time
(Date)
(Hour)
CAUT ION - LAT E Submissions, Modifications, and Withdrawals: See Section L, Provision No. 52.214-7 or 52.215-1. All offers are subject to all terms and
conditions contained in this solicitation.
10. FOR INFORMATION A. NAME
CALL:
(X) SEC.
X
X
X
X
X
X
A
B
C
D
E
F
G
H
B. TELEP HONE (Include area code)
(NO COLLECT CALLS)
C. E-MAIL ADDRESS
11. T ABLE OF CONT ENT S
PAGE(S) (X) SEC.
DESCRIPT ION
PART I - THE SCHEDULE
SOLICIT AT ION/ CONT RACT FORM
SUPPLIES OR SERVICES AND PRICES/ COST S
DESCRIPT ION/ SPECS./ WORK ST AT EMENT
PACKAGING AND MARKING
INSPECT ION AND ACCEPT ANCE
DELIVERIES OR PERFORMANCE
CONT RACT ADMINIST RAT ION DAT A
SPECIAL CONT RACT REQUIREMENT S
1
2 - 40
41 - 69
70 - 71
72 - 77
78
DESCRIPT ION
PAGE(S)
PART II - CO NTRACT CLAUSES
X
I CONT RACT CLAUSES
79 - 80
PART III - LIST O F DO CUMENTS, EXHIBITS AND O THER ATTACHMENTS
X
J LIST OF AT T ACHMENT S
81
PART IV - REPRESENTATIO NS AND INSTRUCTIO NS
REPRESENT AT IONS, CERT IFICAT IONS AND
K
OT HER ST AT EMENT S OF OFFERORS
X
L INST RS., CONDS., AND NOT ICES T O OFFERORS
82 - 109
X
M EVALUAT ION FACT ORS FOR AWARD
110 - 119
OFFER (Must be fully completed by offeror)
NOT E: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.
12. In compliance with the above, the undersigned agrees, if this offer is accepted within
calendar days (60 calendar days unless a different period
is inserted by the offeror) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite
each item, delivered at the designated point(s), within the time specified in the schedule.
13. DISCOUNT FOR PROMPT PAYMENT
(See Section I, Clause No. 52.232-8)
14. ACKNOWLEDGMENT OF AMENDMENT S
(T he offeror acknowledges receipt of amendments
to the SOLICIT AT ION for offerors and related
documents numbered and dated):
15A. NAME
CODE
AND
ADDRESS
OF
OFFEROR
15B. T ELEPHONE NO
AMENDMENT NO.
DAT E
FACILIT Y
DAT E
16. NAME AND T IT LE OF PERSON AUT HORIZED T O
SIGN OFFER (T ype or print)
15C. CHECK IF REMITTANCE ADDRESS
IS DIFFERENT FROM ABOVE - ENTER
SUCH ADDRESS IN SCHEDULE.
(Include area code)
AMENDMENT NO.
17. SIGNAT URE
18. OFFER DAT E
AWARD (To be completed by Government)
19. ACCEP TED AS TO ITEMS NUMBERED
21. ACCOUNTING AND AP P ROP RIATION
20. AMOUNT
23. SUBMIT INVOICES T O ADDRESS SHOWN IN
22. AUTHORITY FOR USING OTHER THAN FULL AND OP EN COMP ETITION:
10 U.S.C. 2304(c)(
)
41 U.S.C. 253(c)(
24. ADMINISTERED BY (If other than Item 7)
)
CODE
25. P AYMENT WILL BE MADE BY
26. NAME OF CONTRACTING OFFICER (Type or print)
TEL:
IT EM
(4 copies unless otherwise specified)
27. UNITED STATES OF AMERICA
EMAIL:
CODE
28. AWARD DATE
(Signature of Contracting Officer)
IMPORT ANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.
Previous Edition is Unusable
33-134
STANDARD FORM 33 (REV. 9-97)
Prescribed by GSA
FAR (48 CFR) 53.214(c)
N0002420R5500
Page 2 of 119
Section B - Supplies or Services and Prices
ITEM NO
CLIN
Number
0001
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
AMOUNT
DDG 51 FLT III (AN/SPY-6(V)1) AMDR
FPI
DDG 51 FLT III (AN/SPY-6(V)1) AMDR Production - Leader Only
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 0001 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
DDG 51 FLT III (AN/SPY6(V)1)
ITEM NO
0001
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
4.00
2.00
3.00
4.00
UNIT PRICE
N0002420R5500
Page 3 of 119
ITEM NO
CLIN
Number
0004
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
OPTION
DDG 51 FLT IIA (AN/SPY-6(V)4) Backfit
FPI
DDG 51 FLT IIA (AN/SPY-6(V)4) AMDR Backfit - Leader Only
FOB: Destination
AMOUNT
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 0004 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
ITEM NO
DDG 51 FLT IIA (AN/SPY- 0004
6(V)4)
FROM QUANTITY
1.00
TO QUANTITY
1.00
UNIT PRICE
N0002420R5500
Page 4 of 119
ITEM NO
CLIN
Number
0008
SUPPLIES/SERVICES
QUANTITY
OPTION
Enhanced Data Rights in AN/SPY-6
FFP
Enhanced Data Rights in AN/SPY-6
FOB: Destination
UNIT
UNIT PRICE
AMOUNT
NET AMT
ITEM NO
CLIN
Number
0009
SUPPLIES/SERVICES
QUANTITY
1
OPTION
Provisioned Item Order (PIO)
FFP
Provisioned Item Order (PIO)
FOB: Destination
UNIT
Bundle
UNIT PRICE
NET AMT
AMOUNT
N0002420R5500
Page 5 of 119
ITEM NO
CLIN
Number
0010
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
AMOUNT
AN/SPY-6 Data Items
DATA for all base and option CLIN(s) (if exercised).
FOB: Destination
NET AMT
ITEM NO
CLIN
Number
0012
SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
OPTION
AN/SPY-6(V)1 FAQT and dPCA AMDR
FPI
AN/SPY-6(V)1 First Article Qualification Testing (FAQT) and dPCA AMDR
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
AMOUNT
N0002420R5500
Page 6 of 119
ITEM NO
CLIN
Number
0013
SUPPLIES/SERVICES
QUANTITY
UNIT
OPTION
AN/SPY-6(V)2 FAQT and dPCA EASR Rotator
FPI
AN/SPY-6(V)2 FAQT and dPCA EASR Rotator
FOB: Destination
UNIT PRICE
AMOUNT
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
ITEM NO
CLIN
Number
0014
SUPPLIES/SERVICES
QUANTITY
UNIT
OPTION
AN/SPY-6(V)3 FAQT and dPCA Fixed Face
FPI
AN/SPY-6(V)3 FAQT and dPCA EASR Fixed Face
FOB: Destination
UNIT PRICE
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
AMOUNT
N0002420R5500
Page 7 of 119
ITEM NO
CLIN
Number
0015
SUPPLIES/SERVICES
QUANTITY
UNIT
OPTION
AN/SPY-6(V)4 FAQT and dPCA AMDR Backfit
FPI
AN/SPY-6(V)4 FAQT and dPCA AMDR Backfit
FOB: Destination
UNIT PRICE
AMOUNT
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
ITEM NO
CLIN
Number
0016
SUPPLIES/SERVICES
QUANTITY
OPTION
Second Source Qualification
Second Source Qualification
FOB: Destination
FFP
UNIT
UNIT PRICE
NET AMT
AMOUNT
N0002420R5500
Page 8 of 119
ITEM NO
CLIN
Number
0017
SUPPLIES/SERVICES
QUANTITY
12
UNIT
Months
UNIT PRICE
AMOUNT
Engineering and Production Support
FFP
Engineering and Production Support
FOB: Destination
NET AMT
ITEM NO
CLIN
Number
0020
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
OPTION
AN/SPY-6 TRIMM Sustainment
FFP
AN/SPY-6 TRIMM Sustainment - See Section B Note B - Leader Only
FOB: Destination
AMOUNT
NET AMT
CLIN 0020 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 TRIMM
SUSTAINMENT
ITEM NO
FROM QUANTITY
SEE NOTE B
TO QUANTITY
SEE NOTE B
UNIT PRICE
N0002420R5500
Page 9 of 119
ITEM NO
CLIN
Number
0021
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
OPTION
AN/SPY-6 DREX FS Sustainment
FFP
AN/SPY-6 DREX FS Sustainment - See Section B Note B - Leader Only
FOB: Destination
AMOUNT
NET AMT
CLIN 0021 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX FS
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
0022
SUPPLIES/SERVICES
UNIT PRICE
OPTION
AN/SPY-6 DREX DC Sustainment
FFP
AN/SPY-6 DREX DC Sustainment - See Section B Note B - Leader Only
FOB: Destination
NET AMT
CLIN 0022 STEPLADDER PRICING
UNIT PRICE
AMOUNT
N0002420R5500
Page 10 of 119
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX DC
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
0023
SUPPLIES/SERVICES
OPTION
AN/SPY-6 DREX APCC Sustainment
FFP
AN/SPY-6 DREX APCC Sustainment - See Section B Note B - Leader Only
FOB: Destination
UNIT PRICE
UNIT PRICE
AMOUNT
NET AMT
CLIN 0023 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX APCC
SUSTAINMENT
ITEM NO
FROM QUANTITY
SEE NOTE B
TO QUANTITY
SEE NOTE B
UNIT PRICE
N0002420R5500
Page 11 of 119
ITEM NO
CLIN
Number
1001
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
DDG 51 FLT III (AN/SPY-6(V)1) AMDR
FPI
DDG 51 FLT III (AN/SPY-6(V)1) AMDR Production
UNIT PRICE
AMOUNT
(See Section B Note A)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 1001 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
DDG 51 FLT III (AN/SPY6(V)1)
ITEM NO
1001
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
2.00
3.00
UNIT PRICE
N0002420R5500
Page 12 of 119
ITEM NO
CLIN
Number
1002
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
AN/SPY-6(V)2 EASR Rotator
FPI
AN/SPY-6(V)2 EASR Rotator Production
UNIT PRICE
AMOUNT
(See Section B Note A)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 1002 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
EASR Rotator (AN/SPY6(V)2)
ITEM NO
1002
FROM QUANTITY
1.00
TO QUANTITY
1.00
UNIT PRICE
N0002420R5500
Page 13 of 119
ITEM NO
CLIN
Number
1003
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
AN/SPY-6(V)3 EASR Fixed Face
FPI
AN/SPY-6(V)3 EASR Fixed Face Production
UNIT PRICE
AMOUNT
(See Section B Note A)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 1003 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
EASR 3 Fixed (AN/SPY6(V)3)
ITEM NO
1003
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
2.00
3.00
UNIT PRICE
N0002420R5500
Page 14 of 119
ITEM NO
CLIN
Number
1004
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
DDG 51 FLT IIA (AN/SPY-6(V)4) Backfit
FPI
DDG 51 FLT IIA (AN/SPY-6(V)4) AMDR Backfit
UNIT PRICE
AMOUNT
(See Section B Note A)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 1004 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
ITEM NO
DDG 51 FLT IIA (AN/SPY- 1004
6(V)4)
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
2.00
UNIT PRICE
N0002420R5500
Page 15 of 119
ITEM NO
CLIN
Number
1020
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
OPTION
AN/SPY-6 TRIMM Sustainment
FFP
AN/SPY-6 TRIMM Sustainment - See Section B Note B - Leader Only
FOB: Destination
AMOUNT
NET AMT
CLIN 1020 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 TRIMM
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
1021
SUPPLIES/SERVICES
UNIT PRICE
OPTION
AN/SPY-6 DREX FS Sustainment
FFP
AN/SPY-6 DREX FS Sustainment - See Section B Note B - Leader Only
FOB: Destination
NET AMT
CLIN 1021 STEPLADDER PRICING
STEPLADDER PRICING
UNIT PRICE
AMOUNT
N0002420R5500
Page 16 of 119
STEPLADDER NAME
AN/SPY-6 DREX FS
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
1022
SUPPLIES/SERVICES
OPTION
AN/SPY-6 DREX DC Sustainment
FFP
AN/SPY-6 DREX DC Sustainment - See Section B Note B - Leader Only
FOB: Destination
UNIT PRICE
UNIT PRICE
AMOUNT
NET AMT
CLIN 1022 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX DC
SUSTAINMENT
ITEM NO
FROM QUANTITY
SEE NOTE B
TO QUANTITY
SEE NOTE B
UNIT PRICE
N0002420R5500
Page 17 of 119
ITEM NO
CLIN
Number
1023
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
OPTION
AN/SPY-6 DREX APCC Sustainment
FFP
AN/SPY-6 DREX APCC Sustainment - See Section B Note B - Leader Only
FOB: Destination
AMOUNT
NET AMT
CLIN 1023 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX APCC
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
2001
SUPPLIES/SERVICES
UNIT
Each
OPTION
DDG 51 FLT III (AN/SPY-6(V)1) AMDR
FPI
DDG 51 FLT III (AN/SPY-6(V)1) AMDR Production
TO QUANTITY
SEE NOTE B
UNIT PRICE
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
UNIT PRICE
AMOUNT
N0002420R5500
Page 18 of 119
CLIN 2001 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
DDG 51 FLT III (AN/SPY6(V)1)
ITEM NO
2001
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
2.00
3.00
ITEM NO
CLIN
Number
2002
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
AN/SPY-6(V)2 EASR Rotator
FPI
AN/SPY-6(V)2 EASR Rotator Production
UNIT PRICE
UNIT PRICE
AMOUNT
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 2002 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
EASR Rotator (AN/SPY6(V)2)
ITEM NO
2002
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
4.00
5.00
2.00
3.00
4.00
5.00
UNIT PRICE
N0002420R5500
Page 19 of 119
ITEM NO
CLIN
Number
2003
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
AN/SPY-6(V)3 EASR Fixed Face
FPI
AN/SPY-6(V)3 EASR Fixed Face Production
UNIT PRICE
AMOUNT
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 2003 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
EASR 3 Fixed (AN/SPY6(V)3)
ITEM NO
2003
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
2.00
3.00
UNIT PRICE
N0002420R5500
Page 20 of 119
ITEM NO
CLIN
Number
2004
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
DDG 51 FLT IIA (AN/SPY-6(V)4) Backfit
FPI
DDG 51 FLT IIA (AN/SPY-6(V)4) AMDR Backfit
UNIT PRICE
AMOUNT
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 2004 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
ITEM NO
DDG 51 FLT IIA (AN/SPY- 2004
6(V)4)
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
4.00
2.00
3.00
4.00
UNIT PRICE
N0002420R5500
Page 21 of 119
ITEM NO
CLIN
Number
2020
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
OPTION
AN/SPY-6 TRIMM Sustainment
FFP
AN/SPY-6 TRIMM Sustainment - See Section B Notes B and C - Leader Only
FOB: Destination
AMOUNT
NET AMT
CLIN 2020 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 TRIMM
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
2021
SUPPLIES/SERVICES
UNIT PRICE
OPTION
AN/SPY-6 DREX FS Sustainment
FFP
AN/SPY-6 DREX FS Sustainment - See Section B Notes B and C - Leader Only
FOB: Destination
NET AMT
CLIN 2021 STEPLADDER PRICING
STEPLADDER PRICING
UNIT PRICE
AMOUNT
N0002420R5500
Page 22 of 119
STEPLADDER NAME
AN/SPY-6 DREX FS
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
2022
SUPPLIES/SERVICES
OPTION
AN/SPY-6 DREX DC Sustainment
FFP
AN/SPY-6 DREX DC Sustainment - See Section B Notes B and C - Leader Only
FOB: Destination
UNIT PRICE
UNIT PRICE
AMOUNT
NET AMT
CLIN 2022 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX DC
SUSTAINMENT
ITEM NO
FROM QUANTITY
SEE NOTE B
TO QUANTITY
SEE NOTE B
UNIT PRICE
N0002420R5500
Page 23 of 119
ITEM NO
CLIN
Number
2023
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
OPTION
AN/SPY-6 DREX APCC Sustainment
FFP
AN/SPY-6 DREX APCC Sustainment - See Section B Notes B and C - Leader
Only
FOB: Destination
AMOUNT
NET AMT
CLIN 2023 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX APCC
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
3001
SUPPLIES/SERVICES
UNIT
Each
OPTION
DDG 51 FLT III (AN/SPY-6(V)1) AMDR
FPI
DDG 51 FLT III (AN/SPY-6(V)1) AMDR Production
TO QUANTITY
SEE NOTE B
UNIT PRICE
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
UNIT PRICE
AMOUNT
N0002420R5500
Page 24 of 119
CLIN 3001 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
DDG 51 FLT III (AN/SPY6(V)1)
ITEM NO
3001
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
2.00
3.00
ITEM NO
CLIN
Number
3002
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
AN/SPY-6(V)2 EASR Rotator
FPI
AN/SPY-6(V)2 EASR Rotator Production
UNIT PRICE
UNIT PRICE
AMOUNT
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 3002 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
EASR Rotator (AN/SPY6(V)2)
ITEM NO
3002
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
4.00
5.00
2.00
3.00
4.00
5.00
UNIT PRICE
N0002420R5500
Page 25 of 119
ITEM NO
CLIN
Number
3003
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
AN/SPY-6(V)3 EASR Fixed Face
FPI
AN/SPY-6(V)3 EASR Fixed Face Production
UNIT PRICE
AMOUNT
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 3003 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
EASR 3 Fixed (AN/SPY6(V)3)
ITEM NO
3003
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
2.00
UNIT PRICE
N0002420R5500
Page 26 of 119
ITEM NO
CLIN
Number
3004
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
DDG 51 FLT IIA (AN/SPY-6(V)4) Backfit
FPI
DDG 51 FLT IIA (AN/SPY-6(V)4) AMDR Backfit
UNIT PRICE
AMOUNT
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 3004 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
ITEM NO
DDG 51 FLT IIA (AN/SPY- 3004
6(V)3)
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
4.00
2.00
3.00
4.00
UNIT PRICE
N0002420R5500
Page 27 of 119
ITEM NO
CLIN
Number
3020
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
OPTION
AN/SPY-6 TRIMM Sustainment
FFP
AN/SPY-6 TRIMM Sustainment - See Section B Notes B and C - Leader Only
FOB: Destination
AMOUNT
NET AMT
CLIN 3020 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 TRIMM
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
3021
SUPPLIES/SERVICES
UNIT PRICE
OPTION
AN/SPY-6 DREX FS Sustainment
FFP
AN/SPY-6 DREX FS Sustainment - See Section B Notes B and C - Leader Only
FOB: Destination
NET AMT
CLIN 3021 STEPLADDER PRICING
STEPLADDER PRICING
UNIT PRICE
AMOUNT
N0002420R5500
Page 28 of 119
STEPLADDER NAME
AN/SPY-6 DREX FS
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
3022
SUPPLIES/SERVICES
OPTION
AN/SPY-6 DREX DC Sustainment
FFP
AN/SPY-6 DREX DC Sustainment - See Section B Notes B and C - Leader Only
FOB: Destination
UNIT PRICE
UNIT PRICE
AMOUNT
NET AMT
CLIN 3022 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX DC
SUSTAINMENT
ITEM NO
FROM QUANTITY
SEE NOTE B
TO QUANTITY
SEE NOTE B
UNIT PRICE
N0002420R5500
Page 29 of 119
ITEM NO
CLIN
Number
3023
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
OPTION
AN/SPY-6 DREX APCC Sustainment
FFP
AN/SPY-6 DREX APCC Sustainment - See Section B Notes B and C - Leader
Only
FOB: Destination
AMOUNT
NET AMT
CLIN 3023 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX APCC
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
4001
SUPPLIES/SERVICES
UNIT
Each
OPTION
DDG 51 FLT III (AN/SPY-6(V)1) AMDR
FPI
DDG 51 FLT III (AN/SPY-6(V)1) AMDR Production
TO QUANTITY
SEE NOTE B
UNIT PRICE
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
UNIT PRICE
AMOUNT
N0002420R5500
Page 30 of 119
CLIN 4001 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
DDG 51 FLT III (AN/SPY6(V)1)
ITEM NO
4001
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
2.00
3.00
ITEM NO
CLIN
Number
4002
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
AN/SPY-6(V)2 EASR Rotator
FPI
AN/SPY-6(V)2 EASR Rotator Production
UNIT PRICE
UNIT PRICE
AMOUNT
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 4002 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
EASR Rotator (AN/SPY6(V)2)
ITEM NO
4002
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
4.00
2.00
3.00
4.00
UNIT PRICE
N0002420R5500
Page 31 of 119
5.00
ITEM NO
CLIN
Number
4003
SUPPLIES/SERVICES
QUANTITY
OPTION
AN/SPY-6(V)3 EASR Fixed Face
FPI
AN/SPY-6(V)3 EASR Fixed Face Production
5.00
UNIT
Each
UNIT PRICE
AMOUNT
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 4003 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
EASR 3 Fixed(AN/SPY6(V)3)
ITEM NO
4003
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
4.00
5.00
2.00
3.00
4.00
5.00
UNIT PRICE
N0002420R5500
Page 32 of 119
ITEM NO
CLIN
Number
4004
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
OPTION
DDG 51 FLT IIA (AN/SPY-6(V)4) Backfit
FPI
DDG 51 FLT IIA (AN/SPY-6(V)4) AMDR Backfit
UNIT PRICE
AMOUNT
(See Section B Notes A and D)
FOB: Destination
TARGET COST
TARGET PROFIT
TOTAL TARGET PRICE
CEILING PRICE
SHARE RATIO ABOVE TARGET
SHARE RATIO BELOW TARGET
CLIN 4004 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
ITEM NO
DDG 51 FLT IIA (AN/SPY- 4004
6(V)4)
FROM QUANTITY
1.00
TO QUANTITY
1.00
2.00
3.00
4.00
2.00
3.00
4.00
UNIT PRICE
N0002420R5500
Page 33 of 119
ITEM NO
CLIN
Number
4020
SUPPLIES/SERVICES
QUANTITY
UNIT
Each
UNIT PRICE
OPTION
AN/SPY-6 TRIMM Sustainment
FFP
AN/SPY-6 TRIMM Sustainment - See Notes B and C - Leader Only
FOB: Destination
AMOUNT
NET AMT
CLIN 4020 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 TRIMM
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
4021
SUPPLIES/SERVICES
UNIT PRICE
OPTION
AN/SPY-6 DREX FS Sustainment
FFP
AN/SPY-6 DREX FS Sustainment - See Notes B and C - Leader Only
FOB: Destination
NET AMT
CLIN 4021 STEPLADDER PRICING
STEPLADDER PRICING
UNIT PRICE
AMOUNT
N0002420R5500
Page 34 of 119
STEPLADDER NAME
AN/SPY-6 DREX FS
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
4022
SUPPLIES/SERVICES
OPTION
AN/SPY-6 DREX DC Sustainment
FFP
AN/SPY-6 DREX DC Sustainment - See Notes B and C - Leader Only
FOB: Destination
UNIT PRICE
UNIT PRICE
AMOUNT
NET AMT
CLIN 4022 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX DC
SUSTAINMENT
ITEM NO
QUANTITY
FROM QUANTITY
SEE NOTE B
UNIT
Each
TO QUANTITY
SEE NOTE B
ITEM NO
CLIN
Number
4023
SUPPLIES/SERVICES
UNIT PRICE
OPTION
AN/SPY-6 DREX APCC Sustainment
FFP
AN/SPY-6 DREX APCC Sustainment - See Notes B and C - Leader Only
FOB: Destination
NET AMT
UNIT PRICE
AMOUNT
N0002420R5500
Page 35 of 119
CLIN 4023 STEPLADDER PRICING
STEPLADDER PRICING
STEPLADDER NAME
AN/SPY-6 DREX APCC
SUSTAINMENT
ITEM NO
FROM QUANTITY
SEE NOTE B
TO QUANTITY
SEE NOTE B
UNIT PRICE
NOTE A - OPTION EXERCISE
NOTE A - OPTION EXERCISE
Even number of units will be distributed equally between the Leader and Challenger for the
following CLINs:
1001
1002
1003
1004
Even number of units will be distributed equally between the Leader and Challenger for the
following CLINs only if each contractor is meeting all contract requirements including Section F
delivereies for one or more previously awarded N00024-20-R-5500 CLIN(s):
2001
2002
2003
2004
3001
3002
3003
3004
4001
4002
4003
4004
After the equal distribution of units, determination of award of any remaining unit will be based
on total combined price of all exercised unit(s) per variant per year.
Option Exercise Example:
Assume exercise quantities are as follows: .
FY Total QTY
DDG51 FLT III (AN/SPY3*
6(V)1
DDG51 FLT IIA (AN/SPY- 3*
6(V)4
EASR 3 Fixed (AN/SPY4**
6(V)3)
FY Leader QTY
1
FY Challenger QTY
1
1
1
2
2
N0002420R5500
Page 36 of 119
*Odd unit for this AN/SPY-6(V) variant will be competed between the Leader and Challenger
based on above exercise criteria. The even number of units within the total quantity will be
distributed equally between the two awardees.
**Even number of units for this AN/SPY-6(V) variant will be distributed equally between the
two awardees.
FY Total
QTY
FY Leader
FY Challenger
Stepladder
Stepladder Pricing
Pricing
DDG51 FLT III (AN/SPY-6(V)1
3
QTY 1 - $23/EA
QTY 1 - $23/EA
QTY 2 - $16/EA QTY 2 - $18/EA
DDG51 FLT IIA (AN/SPY-6(V)4
3
QTY 1 - $20/EA QTY 1 - $23/EA
QTY 2 - $15/EA
QTY 2 - $16/EA
EASR 3 Fixed (AN/SPY-6(V)3)
4
QTY 1 - $8/EA
QTY 1 - $10/EA
QTY 2 - $6/EA
QTY 2 - $8/EA
 AN/SPY-6(V)1 Quantity Determination-–The award of one (1) unit to the Challenger and
two (2) units to the Leader results in the lowest total price for the total FY quantity of three
(3) units.

AN/SPY-6(V)4 Quantity Determination- While the Leader has a lowest unit price for a
quantity of two (2) the lowest total price for the total FY quantity of three (3) is the award of
two (2) units to the Challenger and one (1) unit to the Leader.

AN/SPY-6(V)3 Quantity Determination- Both the Leader and Challenger are awarded a
quantity of (2) for the AN/SPY-6(V)3 based on the equal division of the even number of
units.
Although the Government intends to unilaterally exercise odd-numbered option unit(s) with
either the Leader or the Challenger based upon the lowest option unit(s) target price established
as a result of competitive solicitation N00024-20-R-5500; prior to the latest option exercise date,
the Contracting Officer may issue a letter to the Contractors requesting submission of revised
pricing. Revised pricing shall be submitted within 30 days of the issuance of the Contracting
Officer request. In the event of requested pricing revision(s):
a. Any revised target price shall not exceed the awarded target price of the applicable
option(s); any revised ceiling price shall not exceed the awarded ceiling price of the
applicable option(s).
b. The Navy will unilaterally modify Section B pricing using the Contractor provided
revised pricing for the CLINs as applicable.
c. The Government intends to unilaterally exercise options in accordance with thie Note
utilizing the revised pricing. The exercise of any option unit is contingent upon
congressional appropriation.
N0002420R5500
Page 37 of 119
NOTE B - SUSTAINMENT QUANTITY
The Contractor shall propose the stepladder quantity breaks per Sustainment CLIN up to the
specified maximum RMA LRU quantities provided in Table B.1.
Table B.1 – Sustainment Maximum RMA LRU Quantities
OY1
OY2
TRIMMs
CLINs 0020, 1020, 2020, 3020, and 4020
151
314
DREX FS
CLINs 0021, 1021, 2021, 3021, and 4021
13
28
DREX DC
CLINs 0022, 1022, 2022, 3022, and 4022
31
66
DREX APCC
CLINs 0023, 1023, 2023, 3023, and 4023
11
22
OY3
OY4
OY5
833
1332
1854
74
119
166
174
279
388
60
96
133
For all Sustainment option CLINs with stepladder pricing, the Government may unilaterally
exercise a given line item more than once prior to the latest option exercise date identified in
clause FAR 52.217-7 (see Section I, below). Sustainment option CLINs with stepladder pricing
may be exercised until the total quantity purchased equals the maximum quantity listed for that
option CLIN in Section B. Any exercised option shall be in accordance with the latest drawing
revision unless otherwise specified in the modification.
If any Sustainment option CLIN is exercised more than once within a 60 day period, the unit
price shall be adjusted downward to reflect the appropriate stepladder unit price for the entire
quantity purchased within that 60 day period. The following hypothetical example illustrates
how pricing will be adjusted for option CLIN 0000 if the line item is unilaterally exercised more
than once within a 60 day period:

At first option exercise, $22,500 is obligated to subline item (SLIN) 0000AA to provide
funds to acquire a quantity of 150 at a unit cost of $150.
150 * $150 = $22,500

A second option exercise, $12,500 is obligated to SLIN 0000AB to provide funds to
acquire a total quantity of 350 at a unit cost of $100.
350 * $100 = $35,000

In order to provide for a total extended price of $35,000 without altering the unit pricing
of the prior option exercise, the unit cost for SLIN 0000AB is adjusted downward to
$62.50.
($35,000 - $22,500) / 200 = $62.50
N0002420R5500
Page 38 of 119

Following exercise of our first two options for CLIN 0000, our contract CLIN structure
for CLIN 0000 is as follows:
CLIN SLIN
0000
0000
0000
AA
AB
UNIT COST
$100.00
$150.00
$62.50
EXTENDED
PRICE
$35,000
$22,500
$12,500
FUNDED
AMOUNT
$35,000
$22,500
$12,500
NOTE C - SUSTAINMENT METRICS
Prices for CLINs 2020-2023, 3020-3023, and 4020-4023 are based upon the Contractor
achieving the total Contractor Response Time (CRT), Requestion Fill Rate (RFR), and
Maximum Contractor Fill Time (MaxCFT) requirements in Section C 3.3. If the Contractor
performs below the CRT, RFR, and MaxCFT requirements, assessed independently for each
metric, and within levels stated in Tables C.1, and C.2 below, downward price adjustments shall
apply.
Calculation of the downward adjustment (i.e. Total Price Adjustment) to each RMA LRU CLIN
price is provided below. Total awarded CLIN price will be based on the total awarded quantities
within the requisition period for each RMA LRU CLIN. The actual RMA LRU Demands is
provided in the Sustainment Execution Report (CDRL A049).
Table C.1
If CRT Achieved is:
CRT≥0.9
0.9>CRT≥0.85
0.85>CRT≥0.8
CRT<0.8
CRT Price Adjustment Factor
(per requestion period)
0
0.5 * (CRT - 0.85)
0.6 * (CRT - 0.8) + 0.025
0.85 * (0.8 - CRT) + 0.055
CRT Price Adjustment = CRT Price Adjustment Factor * Total Awarded CLIN Price
Example:
Total Awarded CLIN Price = $750,000
CRT Achieved = 82%
CRT Price Adjustment Factor = 0.6 * (0.82 - 0.8) + 0.025 = 0.037
CRT Price Adjustment = 0.037 * $750,000 = $27,750
Note:
N0002420R5500
Page 39 of 119
The CRT Price Adjustment is performed for each RMA LRU CLIN and is summed to determine
the Aggregated CRT Price Adjustment.
Table C.2
If RFR Achieved is:
RFR≥0.9
0.9>RFR≥0.85
0.85>RFR≥0.8
RFR<0.8
RFR Price Adjustment Factor
(per performance period)
0
0.5 * (RFR - 0.85)
0.6 * (RFR - 0.8) + 0.025
0.85 * (0.8 - RFR) + 0.055
RFR Price Adjustment = RFR Price Adjustment Factor * Total Awarded CLIN Price
Example:
Total Awarded CLIN Price = $750,000
RFR Achieved = 60%
RFR Price Adjustment Factor = 0.85 * (0.8 - 0.6) + 0.055 = 0.225
RFR Price Adjustment = 0.225 * $750,000 = $168,750
Note:
The RFR Price Adjustment is performed for each RMA LRU CLIN and is summed to determine
the Aggregated RFR Price Adjustment.
To calculate Price Adjustment for MaxCFT, the calculation is as follows:
MaxCFT Price Adjustment = (# Actual RMA LRU Demands that exceed MaxCFT requirements
/ # LRU Quantities Placed in Requistions) * (Total Awarded CLIN Price) * 0.5 + (# Actual
RMA LRU Demands that exceed 3*MaxCFT requirements / # LRU Quantities Placed in
Requistions) * (Total Awarded CLIN Price) * 0.5
Example:
Total Awarded CLIN Price = $750,000
# LRU Quantities Placed in Requistions = 200
# Actual RMA LRU Demands that exceed MaxCFT requirements: three (3) C1 CASREP RMA
LRUs at 17 Calendar Days, one (1) IPG 1 RMA LRU at 92 Calendar days
MaxCFT Price Adjustment = (3+1)/200*$750,000*0.5 + (1)/200*$750,000*0.5 = $9,375
Note:
The MaxCFT Price Adjustment is performed for each RMA LRU CLIN and is summed to
determine the Aggregated MaxCFT Price Adjustment.
N0002420R5500
Page 40 of 119
Total Price Adjustment = Aggregated CRT Price Adjustment + Aggregated RFR Price
Adjustment + Aggregated MaxCFT Price Adjustment
Example Total Price Adjustment: $27,750+168,750+9,375 = $205,875
New Total CLIN Price After Adjustment: $544,125
NOTE D - PRODUCTION METRICS
Prices for CLINs 2001-2004, 3001-3004, and 4001-4004 are based upon the Contractor
completing Section C scope and delivering Government-accepted equipment on time in
accordance with Section F. If the Contractor does not complete Section C scope and deliver
Government-accepted equipment on time IAW Section F, the following adjustment will be made
for each affected CLIN:



0-14 Days Late = No adjustment to CLIN
15-59 Days Late = The Government Share of the Above Target Ratio is reduced buy 10
60+ Days Late = The Government Share of the Above Target Ratio is reduced buy 20
N0002420R5500
Page 41 of 119
Section C - Descriptions and Specifications
STATEMENT OF WORK
1
SCOPE
This Statement of Work (SOW) defines the effort required for production, assembly, inspection,
testing, delivery and sustainment of AN/SPY-6(V) Radar Systems and supporting equipment.
This effort is to build AN/SPY-6(V) systems in accordance with the Technical Data Package
(TDP), provided as Government Furnished Information (GFI) and as referenced in Section J.
The efforts defined by this SOW are in support of Hardware Production and Sustainment.
1.1
Background
The scope of this effort is divided between two Contractor roles that may be awarded as two
contracts by the Government: a “Leader” role and “Challenger” role. Each role is responsible for
production, assembly, inspection, testing, and delivery of its assigned AN/SPY-6(V) quantities
(defined in Section B of the contract). The Leader additionally is responsible for RMA Line
Replaceable Units (LRUs) sustainment support of all fielded (post-delivery) AN/SPY-6(V)
systems.
AN/SPY-6(V) is a Family of Radars (FoRs) which are designed to be scalable and adaptable
across multiple ship classes and mission requirements.
Developed under the AMDR program, the AN/SPY-6(V)1 is the Navy’s next generation radar
system that will address Ballistic Missile Defense (BMD) and Air Defense (AD) capability gaps
identified in the Maritime Air and Missile Defense of Joint Forces (MAMDJF) Initial
Capabilities Document (ICD). The MAMDJF ICD was reviewed and validated by the Joint
Requirements Oversight Council (JROC) on 1 May 2006, culminating in the designation of the
Navy as the lead component. The Under Secretary of Defense for Acquisition, Technology, and
Logistics (USD(AT&L)) directed the Navy to proceed with an Analysis of Alternatives (AoA)
for MAMDJF on 16 June 2006. The Director of Program Analysis and Evaluation endorsed the
radar portion (Phase I) of the AoA on 27 Oct 2008, finding the AoA sufficient. The AMDR
Capability Production Document (CPD) was approved by the JROC in March 2018. AN/SPY6(V)1 is an Integrated Air and Missile Defense (IAMD) radar providing sensitivity for long
range detection and engagement of advanced threats. The AN/SPY-6(V)1 is currently planned to
be deployed on the DDG 51 FLT III with four arrays each populated with 37 Radar Modular
Assemblies (RMAs).
A variant of the AN/SPY-6(V) is currently planned to replace the AN/SPY-1D(V) radar on
existing DDG 51 FLT IIA ships. This variant includes four arrays each populated with 24
RMAs. The nomenclature has not yet been assigned, but the program anticipates it being
designated as AN/SPY-6(V)4. The U.S. Navy is proceeding with the modernization of DDG 51
FLT IIA ships by replacing the existing AN/SPY-1D(V) with a scaled AN/SPY-6(V) radar to
increase IAMD performance against raids of air and ballistic missile threats in adverse
environments. The goal of this radar back fit is to significantly improve operational capability,
while taking into account the constraints imposed by the existing FLT IIA hull (e.g., power,
weight, and equipment space). The back fit of the scaled AN/SPY-6(V) will be installed during
planned FLT IIA shipyard availabilities in order to minimize cost. The Navy plans to capitalize
on the Aegis Weapons System Baseline 10 (BL10) and integrate with the AN/SPY-6(V)4.
N0002420R5500
Page 42 of 119
Enterprise Air Surveillance Radar (EASR) is two scaled variants of AN/SPY-6(V) for non-DDG
platforms. Two array configurations will be fielded. The configurations are a single rotating
array with 9 RMAs (AN/SPY-6(V)2) and three arrays each populated with 9 RMAs (AN/SPY6(V)3 and, notionally, AN/SPY-6(V)5). EASR is one sensor in a new sensor suite that is
designed to meet the performance needs contained in the Battlespace Awareness ICD. The
specific system performance requirements are documented in the Enterprise Radar Suite Naval
Capabilities Document (ERS NCD). EASR variants utilize AN/SPY-6(V) radar technology to
meet the air surveillance requirements of multiple ship classes. AN/SPY-6(V)2 radars are
planned to replace the AN/SPS-48 and AN/SPS-49 radars aboard CVN (Nimitz), Landing
Helicopter Assault (LHA) hulls, and Landing Platform/Dock (LPD) hulls with Ship Self-Defense
System (SSDS) ACB20. AN/SPY-6(V)3 replace Dual Band Radar (DBR) on CVN(Ford) class
platforms and are the primary surveillance and fire control radars for FFG(X) class platforms
with the Frigate Weapon System (FWS) (FFG(X) variants may become AN/SPY-6(V)5). The
architecture for EASR is intended to drive a lower recurring cost by utilizing the same core
technology for variants on multiple ship classes.
2 APPLICABLE DOCUMENTS
The following documents of issue in effect on the execution date of the contract are applicable to
this Statement of Work and attached appendices to the extent specified herein or as modified
under the contract. In accordance with CDRL XXXX the Contractor shall complete a GFI
Deficiency Report.
2.1 Mandatory Documents
The following documents form a basis for the work to be performed under this SOW:
a.
AN/SPY-6(V) System Requirements Document, Version X.x, with Appendices,
included as Attachment J-XX
b.
Air and Missile Defense Radar External (Logical) Interface Requirements
Specification (IRS)
c.
Enterprise Air Surveillance Radar (Logical) Interface Requirements Specification
(IRS)
d.
Department of Defense Security Classification Specification (DD-254), Revision
No. 03, and Air & Missile Defense Radar (AMDR) Program Security
Classification Guide, Version 6.0, included as Attachment J-XX.
e.
Air and Missile Defense Radar Hull, Mechanical, and Electrical (HM&E)
Interface Requirements Document, Version 2.4, included as Attachment J-XX .
f.
Air and Missile Defense Radar Back Fit Hull, Mechanical, and Electrical
(HM&E) Interface Requirements Document, Version 1.5, included as Attachment
J-XX.
Program Work Breakdown Structure (WBS) and Data Dictionary, included as
Attachment J-XX
g.
h.
Cyber Strategy, Version TBD, included as Attachment J-XX
N0002420R5500
Page 43 of 119
i.
Department of the Navy (DON) Chief Information Officer (CIO) Memorandum
02-10, Information Assurance Policy Update for Platform Information
Technology, dated 26 April 2010
j.
DoD Instruction (DoDI) 8500.01 Cybersecurity, dated 13 March 2014
k.
DoDI 8510.01 Risk Management Framework (RMF) for DoD Information
Technology (IT), dated 28 June 2017
l.
m.
NSTISSAM COMPUSEC/1-99, dated 11 March 1999
Air and Missile Defense Radar (AMDR) Program Protection Plan (PPP), Version
1.1, Tailored Contract Version, dated 9 March 2018, included as Attachment JXX
MIL-STD-31000B – Technical Data Packages, dated 31 October 2018
n.
o.
IEEE 12207.2017 – Standard for Systems and Software Engineering - Software
Life Cycle Processes, dated 28 Sept 2017
p.
Air and Missile Defense Radar (AMDR) Programmatic, Environmental, Safety
and Health Evaluation (PESHE) Plan, Version 1.0, included as Attachment J-XX
q.
r.
MIL-STD-882E Safety, dated 11 May 2012
NAVSEA S9310-AQ-SAF-010, Technical Manual for Batteries, Navy Lithium
Safety Program and Procedures, dated 19 Aug 2004
s.
NAVSEAINST 9310.1B, Naval Lithium Battery Safety Program, dated 13 Jun
1991
MIL-HDBK-189C, Reliability Growth Management, dated 14 June 2011
t.
u.
GEIA-STD-0009 - Reliability Program Standard For Systems Design,
Development And Manufacturing, dated 13 Nov 2008
v.
ASQC Q9001-2008, Quality Systems-Model for Quality Assurance In-Depth,
Development, Production, Installation, and Servicing
w.
Air and Missile Defense Radar (AMDR) Life Cycle Sustainment Plan (LCSP),
Version 2.0, Contractor Copy, dated 06 March 2013, included as Attachment JXX
Cost and Software Data Reporting (CSDR) Plan, included as Attachment J-XX
x.
y.
Air and Missile Defense Radar (AMDR) Systems Engineering Plan (SEP),
Version 2.0, Tailored Contract Version, dated 04 February 2013, included as
Attachment J-XX
z.
PEO IWS / Naval Sea Systems Command Research & System Engineering
Warfare System Engineering and Human Systems Integration Directorate
Technical Review Manual (TRM), Version 2, dated 18 December 2009
OPNAVINST 5100.24B, Navy System Safety Program Policy, dated 06 Feb 2007
aa.
bb.
NAVSEAINST 5100.12B, Requirements For Naval Sea Systems Command
System Safety Program For Ships, Shipborne Systems And Equipment, dated 03
Aug 2011
cc.
AMDR System Safety Program Plan
N0002420R5500
Page 44 of 119
dd.
Executive Order (EO) 12856, 03 Aug 1993
ee.
Executive Order (EO) 13148, 21 April 2000
ff.
National Aerospace Standard (NAS) 411, dated July 1993
gg.
SAE-GEIA-STD-0007B - Logistics Product Data, dated 01 May 2013
hh.
ii.
kk.
MIL-STD-1472G, Change 1 – Human Engineering, dated 17 Jan 2019
ASTM F1166-07(2013), Marine Systems, Equipment and Facilities, Human
Engineering Design for, dated 2013
MIL-STD-130N, Change 1, Identification Marking of U.S. Military Property,
dated 16 November 2012
OPNAVINST 1500.57B, Surface Warfare Training Strategy, 26 September 2011
ll.
ANSI/EIA-748, Earned Value Management ?Systems, dated 17 Aug 1999
mm.
CSDR Manual DoD 5000.04, Change 1, dated 18 April 2018
nn.
MIL-STD-881D – Work Breakdown Structures for Defense Materiel Items, dated
09 April 2018
oo.
USD(AT&L) Memorandum, Use of Acquisition Program Transition Workshops,
dated 01 April 2011
pp.
NFPA70E, Standard for Electrical Safety in the Workplace, 2018 Edition.
qq.
Technical Data Package (TDP), Attachment J-XX
rr.
MIL-STD-1568D - Materials And Processes for Corrosion Prevention And
Control In Aerospace Weapons Systems, date 31 Aug 2015
jj.
2.2 Guidance Publications
The following publications are available as guidance:
ss.
SAE-GEIA-HB-0007A: Handbook For GEIA-STD-0007- Logistic Product Data,
dated 10 Feb 2014
tt.
uu.
PEO IWS 2.0 Risk Management Policy
Naval SYSCOM Risk Management Policy, NAVSEAINST 5000.8, dated 21 Jul
2008
Risk Management Guide for DoD Acquisition, Version 1.0, dated August 2006
vv.
ww.
DoD Directive 5200.39, Change 2, Critical Program Information (CPI)
Identification and Protection Within Research, Development, Test, and
Evaluation (RDT&E), 15 Oct 2018
xx.
NAVSEAINST 9400.2, Implementation of Naval Sea Systems Command
(NAVSEA) Afloat IA Governance and Guidance, dated 18 Aug 2010
yy.
MIL-DTL-901E – Shock Tests, H.I. (High-Impact) Shipboard Machinery,
Equipment, and Systems, Requirements for, dated 20 June 2017
zz.
MIL-HDBK-2155, Failure Reporting, Analysis and Corrective Action Taken, 11
Dec 1995
N0002420R5500
Page 45 of 119
aaa.
NAVSEAINST 8020.6E - Department of the Navy Weapon Systems Explosive
Safety Review Board, dated 11 March 2008
bbb.
NAVSEA SW020-AH-SAF-010, Weapons System Safety Guidelines Handbook,
01 Feb 2006
ccc.
DoDI 5000.02, Change 4, dated 31 Aug 2018
ddd.
MIL-HDBK-217F-2 – Reliability Prediction of Electronic Equipment, dated 28
Feb 1995
eee.
fff.
ggg.
MIL-HDBK-472-1 – Maintainability Prediction, dated 12 Jan 1984
MIL-HDBK-61A, Configuration Management Guidance, dated 07 Feb 2001
ANSI/EIA 649B, National Consensus Standard for Configuration Management,
dated 01 Apr 2011
SAE-GEIA-HB-649A, Configuration Management Standard Implementation
Guide, 01 March 2016
hhh.
2.3
iii.
jjj.
PEO IWS 2.0 Above Water Sensors Configuration Management Plan/Procedures
NAVSEA A Program Manager’s Guide to the Application of Performance Based
Logistics (PBL), Revision A, dated 08 October 2008
kkk.
Under Secretary of Defense for Acquisition, Technology and Logistics (USD
(AT&L)) Corrosion and Prevention Control Planning Guidebook of September
2007
lll.
DoD Diminishing Manufacturing Sources and Material Shortages (DMSMS)
Guidebook: A Guidebook of Best Practices for Implementing a Robust DMSMS
Management Program (SD-22A), 01 Jan 2016
mmm.
DoN Automatic Identification Technology (AIT) Implementation Manual, dated
June 2006
nnn.
RAMSC Plan (EASR CDRL A096)—Move to Guidance
Precedence
In the event of a conflict between the documents listed in Section 2.1, Mandatory Documents,
and Section 2.2, Guidance Publications, the documents in Section 2.1 shall take precedence.
3
3.1
Requirements
General Requirements (CLINs 0001, 0004, 1001-1004, 2001-2004, 3001-3004, 40014004)
3.1.1 Post Award Conference (CLINs 0001 & 0017 only)
A post award conference shall take place at the contractor’s facility no later than 30 days after
award of the contract. The purpose of this conference is to review the initial production plans.
The contractor shall deliver a conference agenda in accordance with CDRL A001 no later than
one week before the date of the post award conference. The contractor shall deliver meeting
minutes/actions in accordance with CDRL A003 no later than one week after completion of the
N0002420R5500
Page 46 of 119
post award conference.
3.1.2 Technical Data Package
The Contractor shall support the maintenance of the TDP (initial baseline provided as
Attachment J-2) in accordance with the configuration management processes in Section 3.1.5.
The TDP will be maintained in the Government’s Product Data Management (PDM) system
during execution of this contract (description of this system is provided in Attachment J-XX).
Any required updates to the TDP for produciblity and obsolescence shall be accounted for
underneath the AN/SPY-6(V) production CLINs. No further costs of design changes are
authorized. No contractor responsible design corrections are chargeable to any Engineering
Support CLINs.
The Contractor shall prepare and deliver an updated Technical Data Package (TDP) describing in
detail the as-built product baseline at a production level (Level 3) in accordance with MIL-STD31000B. The TDP shall describe any and all subsequent changes to the baseline product
including revisions up to the time of Government acceptance to reflect the final as-built
configuration. The TDP shall include any software products, including source code necessary
for diagnostic and troubleshooting purposes and source code for any other software and firmware
developed for the radar. Unless otherwise noted, the Government will have at least Government
Purpose Rights for all data delivered under the TDP. The Contractor shall submit the TDP in
accordance with CDRLs A005 through A017:
A005 HM&E Interface Requirements Specification (IRS)
A006 HW Interface Design Description (IDD)
A007 System/Subsystem Specification (SSS) A Specs
A008 System/Subsystem Specification (SSS) B2 Specs
A009 Interactive Computer Aided Provisioning System (ICAPS) Data File Exchange
A010 Logistics Product Data (LPD)
A011 Maintenance Manual
A012 Product Drawings/Models and Associated Lists
A013 Second Source Lowest Replacement Unit (LRU) Description Document
A014 Special Packaging Instructions
A015 Technical Data Package
A016 Interface Control Document (ICD)
A017 System/Subsystem Specification (SSS) B5 Spec Software Configuration Items
3.1.3 Plan Execution
The Contractor shall generate, maintain, and execute the System Engineering Management Plan
(SEMP) (CDRL A061). The SEMP shall address all efforts within the HP&S contract. The
N0002420R5500
Page 47 of 119
SEMP shall describe how a fully integrated production and sustainment effort will be managed
and conducted. The Contractor shall generate, maintain, and execute the Risk Management Plan
(RMP) as part of the SEMP. The Contractor shall implement and maintain a risk management
program in accordance with the approved RMP to identify and manage risks associated with
achievement of the program’s technical (including performance), cost, and schedule
requirements. Risks shall be reported to the Government during IPT/WG meetings as well as InProgress Reviews (IPRs). PEO IWS 2.0 Risk Management Policy, NAVSEAINST 5000.8
(Naval SYSCOM Risk Management Policy), and Risk Management Guide for DoD Acquisition,
Version 1.0, dated August 2006, are available as guidance.
The Contractor shall form Integrated Product Teams (IPTs) and Working Groups (WGs) to
support an integrated product development process. The Contractor shall generate the
organizational structure and document it in the SEMP (CDRL A056). The Government will
assign representatives to participate in IPT/WG meetings as necessary. Government
participation will be coordinated through the COR.
The Contractor shall generate and execute a Program Protection Implementation Plan (PPIP)
(CDRL A055) in accordance with the AMDR Program Protection Plan (PPP). DoDI 5000.02,
DoDI 5200.39 and the Deputy Assistant Secretary of Defense, Systems Engineering PPP Outline
and Guidance Template are available as guidance. The PPIP shall cover production for both
Leader and Challenger as well as sustainment for the Leader.
The PPIP shall be prepared in order to ensure effective and efficient protection of essential
program information, technologies and systems. The Program Protection Implementation Plan
(PPIP) is derived from the PPP and will not only restate what is written in the PPP. The PPIP
shall include:
a. Description of the security management structure;
b. Description of the Contractor’s Information Security Program (ISP) as a part of their
PPIP. As an integral part of the ISP, describe the Contractor and subcontractors
procedures for identifying, reporting and resolution of Facility Security Breaches;
Classified Information Compromises, and Spillages including notification of DSS,
DCMA, and Government Program Security Manager
c. Describe how the contractor’s Defense Industrial Base (DIB) Cyber Security is addressed
in the contractor’s facility and addressed in subcontracts and how incidents are addressed
and reported to DSS / DCMA
d. Identification of CPI physical locations under the Contractor’s or Subcontractors’ control;
e. Assessment of the vulnerability of the CPI to intelligence collection in the following
areas: Human Intelligence (HUMINT); Open Source Intelligence (OSINT); Signals
Intelligence (SIGINT); Imagery Intelligence (IMINT); Computer Network Operations
(CNO);
f. Identification of the countermeasures to be implemented at each site where CPI is held;
g. Special handling procedures required for CPI, and procedures for recovering CPI in the
event of a mishap;
N0002420R5500
Page 48 of 119
h. Identification of risk mitigation techniques to counter threats and counterfeit parts to the
Contractor’s supply chain; and
i. Procedures for ensuring compliance with U.S. Government export statutes and
regulations.
The Contractor shall generate a Manufacturing Plan (CDRL A026). The Manufacturing Plan
documents methods by which the design is to be built. The Manufacturing Plan contains
sequence and schedule of events at contractor and subcontractor levels that define use of
materials, fabrications flow, test equipment, tools, facilities, and personnel. It reflects
consideration and incorporation of manufacturing requirements in the design process and
includes identification and assessment of design facilities. For systems and components that are
designed to higher Evaluated Assurance Levels (EALs), the Manufacturing Plan identifies the
physical and personnel controls needed in the manufacturing process to meet Cyber
requirements.
In addition, the Manufacturing Plan shall identify production metrics for the key subsystems.
Key subsystems include the Transmit/Receive channels and other array and Receiver/Exciter
LRUs of costs greater than 10% of the total system production cost per shipset.
The Contractor shall generate, implement and maintain a Hazardous Material Management
Program (HMMP) Plan (CDRL A060). The Contractor shall document that consideration has
been given to eliminating and reducing the use of Hazardous Materials (HM) in processes and
products consistent with the requirements of EO 12856, EO 13148 and NAS 411. The HMMP
shall address requirements for hazardous materials and elimination, minimization, substitution
and handling of hazardous materials and potentially hazardous materials. The HMMP shall
describe the HM analysis that will be used to identify HM risks, the strategy for integrating HM
considerations into the systems engineering process, HM responsibilities and the method for
tracking progress of the HM analysis. The Contractor shall manage the selection, use, and
disposal of hazardous materials so that the DoD incurs the lowest cost necessary to protect
human health and the environment over the life cycle. The Contractor shall generate HMMP
Reports (CDRL A061) that identify the characteristics, quantity and location of all hazardous
materials.
The Contractor shall generate, implement, maintain a QA Program that is integral to the overall
production process. The Contactor shall generate a QA Program Plan (CDRL A043). The QA
Program shall be comprised of management, technical resources, plans, procedures, schedules
and controls necessary to ensure conformance to contractual requirements. The QA Program
shall address the requirements of ASQC Q9001-2008. The QA Program shall also address the
software and firmware quality provisions of IEEE 12207. The software and firmware design,
documentation and review process shall be in accordance with current standard business
practices that represent the approved processes for the Software Engineering Institute (SEI) level
IV. For validation of 3D Model Data, MIL-STD-31000B, Appendix C, is available for guidance.
The Contractor shall generate and implement a Corrosion Prevention and Control Plan (CDRL
A034) IAW MIL-STD-1568D and using the DoD Corrosion and Prevention Control Planning
N0002420R5500
Page 49 of 119
Guidebook of September 2007 as guidance. The Contractor shall ensure that corrosion
prevention and management are included in the AN/SPY-6(V) design. The Contractor shall
report corrosion activity at IPTs/WGs and SETRs.
3.1.4 Production Progress
The Contractor shall conduct IPRs to review progress of the subsystem, software, and system
builds, integration and testing efforts. IPRs shall be scheduled quarterly. The first IPR shall
address readiness of manufacturing processes, quality systems, and production planning. The
Contractor shall host the IPRs, and coordinate meetings with the Government. The Contractor
shall coordinate and post Meeting Agendas (CDRL A001) on the Government IDE prior to
meetings. The Contractor shall post Presentation Materials (CDRL A002) and Minutes/Action
Items (CDRL A003) on the Government IDE.
The Contractor shall generate a Production Status Report (CDRL A027) for the period from
option exercise through delivery of final unit. The reports shall include the production metrics
identified in the Manufacturing Plan (CDRL A026). The reports shall address production
metrics, including components procured, assembly and testing. The reports shall address labor
efforts and facility utilization. The reports shall address material efforts, including procurement,
inventory, expenditures, and quality control data. The Contractor shall provide a consistent
format for the reporting of metrics for the radar.
3.1.5 Configuration Management (CM)
The Contractor shall generate and execute a AN/SPY-6(V) CM Plan (CDRL A033) that follows
the requirements in this section, using MIL-HDBK-61A, ANSI/EIA 649B, SAE-GEIA-HB649A and PEO IWS 2.0 Above Water Sensors Configuration Management Plan/Procedures as
guidance. The Government will conduct the AN/SPY-6(V) Local Configuration Control Board
(LCCB) and PEO IWS 2.0 Configuration Control Board (CCB).
The Contractor shall identify all hardware, software, and documentation issues. In addition, the
Government, other HP&S Contractor, and Design Agent Contractor may identify and submit
issues to the Contractor. For each issue identified, the Contractor shall generate a Trouble
Report (CDRL A051) and submit to the AN/SPY-6(V) LCCB via the Government’s PDM
system. The Contractor shall categorize each Trouble Report using the following criteria.
N0002420R5500
Page 50 of 119
Priority
1
2
3
4
5
Definition
Prevents the accomplishment of an essential capability, jeopardize safety, security or other
requirement designated critical.
Adversely affects accomplishment of an essential capability and no workaround exists; adversely
affects technical, cost, or schedule risks to the project or to life cycle support of the system, and
no work around solution is known.
Adversely affects accomplishment of an essential capability, but reasonable workaround solution
is known; adversely impacts functions supporting an essential capability; adversely affects
effectiveness, technical, cost, or schedule risks to the project or to life cycle support of the
system, but a reasonable workaround solution is known.
Results in user/operator inconvenience or annoyance but does not affect a required operational or
mission-essential capability; results in inconvenience or annoyance for operational or
maintenance personnel but does not prevent the accomplishment of the responsibilities of those
personnel.
Any other effect.
The Government will have approval authority over all Trouble Report categorizations.
The Contractor shall correct all issues associated with Trouble Reports. The Contractor shall
conduct sufficient regression testing to ensure that any changes made appropriately correct the
issues without introducing additional issues.
The Contractor shall update and submit Trouble Reports with the proposed corrective actions,
proposed schedule, and associated cost estimates to the AN/SPY-6(V) LCCB for approval and
determination of required change documentation. The Contractor shall generate the approved
change documentation. Change documentation includes, but is not limited to Engineering
Change Proposals (ECPs) (CDRL A038), Requests for Deviation (RFDs) (CDRL A049),
Request for Waiver (RFWs) (CDRL A045), Notice of Revisions (NORs) (CDRL A041) and/or
Specification Change Notices (SCNs) (CDRL A047). The Contractor shall submit Engineering
Change Proposal System Safety Reports (ECPSSRs) (CDRL A058) in conjunction with ECPs.
The Contractor shall submit Waiver or Deviation System Safety Reports (WDSSRs) (CDRL
A052) in conjunction with RFDs and RFWs to the AN/SPY-6(V) LCCB. The Contractor shall
submit change documentation to the AN/SPY-6(V) LCCB for classification and final approval.
The above change documentation shall be submitted via the Government’s PDM system. In
addition, all updated TDP materials shall be submitted via the Government’s PDM system in
accordance with the LCCB approved change documentation. At all times the official product
baseline for production and sustainment shall be that reflected in the Government’s PDM system.
The AN/SPY-6(V) LCCB will have approval authority of Class II ECPs, Minor RFDs, RFWs,
NORs and SCNs. The AN/SPY-6(V) LCCB will review and recommend approval/disapproval
of Class I ECPs and Major/Critical RFD/RFWs to the PEO IWS 2.0 CCB. The PEO IWS 2.0
CCB will have approval authority of Class I ECPs and Major/Critical RFD/RFWs.
Approval of formal Class I ECPs, if any, will be accomplished via the changes clause of the
Contract.
The Contractor shall participate in the monthly Design Agent LCCB and provide feedback on
Trouble Reports and change documentation in that forum.
N0002420R5500
Page 51 of 119
3.1.5.1 Trade Studies and Analysis (LEADER ONLY)
Prior to submission of a Class I ECP, the Contractor shall perform trade studies and analysis.
These efforts will include cost estimates, scope estimates, technical investigations, industry
surveys, and technical trade-off studies. All results of such trade studies and analysis shall be
delivered in the Engineering Design Notebook (EDN) (CDRL A054).
3.1.6 As-Built Configuration Bill of Material List
The Contractor shall generate an As-Built Configuration (ABC) Bill of Material (BOM) List
(CDRL A031) for each the AN/SPY-6(V) production unit, reflecting the delivered the AN/SPY6(V) production unit hardware and software.
3.1.7 Factory Acceptance Testing
3.1.7.1 Testing
The Contractor shall generate the Factory Acceptance Test Plan (CDRL A065) and Procedures
(CDRL A066). The OEM Plan and Procedures and the TDP are available as guidance. The
Contractor shall conduct Factory Acceptance Testing on each AN/SPY-6(V) Unit in accordance
with Contractor-developed, Government-approved Acceptance Test Plan and Procedures.
The Contractor shall document the results of Factory Acceptance Testing including the as run,
redlined, and marked up procedures in a Test Report (CDRL A069). Any marked up procedures
shall be reflected in updated Acceptance Test Procedures.
The Contractor shall provide all Test Data (CDRL A067), evaluation tools (including
simulations) and results to the Government for independent evaluation of performance. The
Contractor shall notify the Government of planned test events not later than 21 calendar days
prior to testing to support Government participation. The Contractor shall notify the
Government of any changes to planned test events not later than seven (7) calendar days before
the test. In the event that the Government is not able to witness a test that requires Government
attendance and/or approval, a representative from the Contractor’s Quality Engineering
organization shall represent the Government’s interest with authority to grant any required
approvals. The Contractor shall conduct meetings to review test results with the Government.
3.1.8 Safety
The Contractor shall maintain and execute its System Safety Program in accordance with MILSTD-882E and the AMDR System Safety Program Plan in accordance with Task 102.
NAVSEA SW020-AH-SAF-010, Weapons System Safety Guidelines Handbook and DoD Joint
Software Systems Safety Engineering Handbook are available as guidance.
The Contractor shall provide a System Safety Lead with education, safety experience, and
certifications sufficient to answer the recommended qualifications for a SSL as delineated in
OPNAVINST 5100.24B, Enclosure (3), table 1 for a program complexity of high.
The Contractor shall provide in the EDN (CDRL A054) an Environment Safety and
Occupational Health (ESOH) assessment that includes data, studies, and reports necessary to
demonstrate full compliance with all Federal, State, and Local environmental laws including any
known potential compliance issues associated with the system manufacturing, testing,
N0002420R5500
Page 52 of 119
operations, and disposal. In addition, the Contractor shall generate and provide safety
documentation in accordance with Task 210, Environmental Hazard Analysis (EHA), of MILSTD-882E in the EDN.
The Contractor shall generate and execute the System Safety Program Plan (CDRL A063).
The Contractor shall, in accordance with MIL-STD-882E Task 106, update and maintain the
Closed Loop Hazard Tracking Database (CDRL A057) to meet the requirements found in MILSTD-882E and OPNAVINST 5100.24B, Paragraph 8.d.
The Contractor shall, in accordance with MIL-STD-882E Task 301, update and provide the
Safety Assessment Report (CDRL A062).
The Contractor shall support one WSESRB and one SSSTRP. The Contractor shall provide
Presentation Material (CDRL A002) in support of the WSESRB and SSSTRP. The Contractor
shall support two (2) one-day dry runs with Government participation for each WSESRB review
and each SSSTRP review. The Contractor shall participate in the WSESRB and SSSTRP and
present the contractor's system design, policies, and procedures, and respond to all Actions
(CDRL A003) from the WSESRB and SSSTRP within 30 days. NAVSEAINST 8020.6E is
available for guidance.
3.1.9 Diminishing Manufacturing Sources and Material Shortage
The Contractor shall support and resolve all LRU, subassembly, or piece part Diminishing
Manufacturing Sources/Material Shortages (obsolescence) issues necessary to execute the
requirements of this contract. Efforts under CLIN 4001-4004 shall address any items that
require resolution within 24 months.
The Contractor shall generate and execute a Diminishing Manufacturing Sources and Material
Shortage (DMSMS) Plan (CDRL A037) using DoD DMSMS Guidebook: A Guidebook of Best
Practices for Implementing a Robust DMSMS Management Program (SD-22A) as guidance.
The Contractor shall conduct DMSMS Forecasting and propose solutions in Trouble Reports
(CDRL A051). Proposed solutions shall include analysis of alternatives and impacts to both
production and sustainment. In addition, the Contractor shall generate DMSMS Forecast Source
Data and Report (CDRL A036). Summaries of DMSMS Trouble Reports, data and reports shall
be reported at IPRs. The Source Data for Forecasting DMSMS shall reference parts, part
numbers, and drawing numbers based upon the TDP (as defined in Section 3.1.2).
3.1.10 Failure Reporting and Corrective Action System (FRACAS)
The Contractor shall maintain a Failure Reporting and Corrective Action System (FRACAS).
All hardware failures and the equivalent software interrupts/failures shall be reported and
monitored in the FRACAS. The Contractor shall document and maintain the FRACAS
summaries in the FRACAS report (CDRL A039). MIL-HDBK-2155 is available for guidance.
The Contractor shall participate in Government chaired Failure Event Review Boards (FERBs),
presenting FRACAS events’ status, root cause, corrective action, verification, and
implementation. The Leader shall coordinate and host a bi-monthly FERB. The Contractor shall
consolidate and summarize FRACAS events, and provide in the Presentation Materials (CRDL
A002) for each FERB.
N0002420R5500
Page 53 of 119
3.1.11 Warranties and Licenses
The Contractor shall deliver and maintain all Warranties and Licenses (CDRL A053,) associated
with the AN/SPY-6(V) COTS equipment. The Contractor shall provide access to these
Warranties and Licenses to the Government. At Government acceptance of the AN/SPY-6(V)
production units, the Contactor shall transition Warranties and Licenses to the Government.
3.1.12 Program Management
3.1.12.1 Program Management Support
The Contractor shall assign a Program Manager (PM) who shall have complete responsibility for
the planning, execution, control and reporting of all aspects of the program, and for directing inhouse and subcontractor efforts. The PM shall ensure that all requirements are applicable to the
components/parts as specified herein for all items procured. The PM shall ensure that sub
Contractors’, suppliers’ or vendors’ procedures are compliant with all solicitation requirements.
3.1.12.2 Progress, Status, and Management Report
The Contractor shall generate a monthly Contractor’s Progress, Status and Management Report
(CDRL A029). The Contractor’s Progress, Status and Management Report shall contain the
following:
a. Planned and actual staffing by IPT/WG;
b. Planned and actual material purchases;
c. Planned and actual use of Non-Developmental Items (NDI)/Non-Developmental
Software (NDS);
d. CDRLs submitted v. CDRLs accepted during reporting period; and
e. Cost Chart: A cost chart depicting, by month, the estimated Program spend forecast
(entire option period of performance) with actuals (up to reporting month).
3.1.12.3 Earned Value Management System
The Contractor shall establish, maintain, and use in the performance of this contract, an Earned
Value Management System (EVMS) in accordance with Defense Federal Acquisition Regulation
Supplement (DFARS) 252.234-7001, DFARS 252.234-7002, and the EVMS guidelines
contained in American National Standards Institute/Electronic Industries Alliance ANSI/EIA748. To establish the integrated performance management system, the EVMS shall be linked to
and supported by the Contractor’s management processes and systems to include the integrated
master schedule, contract work breakdown structure, change management, material management,
procurement, cost estimating, and accounting. The correlation and integration of these systems
and processes shall provide for early indication of cost and schedule problems, and their relation
to technical achievement. The Contractor shall report program cost, schedule and earned value
status in an Integrated Program Management Report (IPMR) (CDRL A024). The Contractor
shall provide the Contract Funds Status Report (CFSR) (CDRL A019). The Contractor shall
provide a reconciliation of the CFSR with the IPMR as an addendum to the IPMR.
N0002420R5500
Page 54 of 119
3.1.12.3.1 Integrated Master Schedule
As part of the IPMR (CDRL A024), the Contractor shall generate and maintain an Integrated
Master Schedule (IMS). The IMS shall identify all tasks from option exercised to completion.
The IMS shall use the CWBS (CDRL A020) structure for tracing all work to be performed. The
IMS shall identify the critical path, all major program events, and program milestones. The IMS
shall identify all discrete work and clearly align with work packages and planning packages
within control accounts. The Contractor shall document its IMS at the lowest level of the
CWBS. The Contractor shall quantify risk in hours, days, or weeks of delay and provide
optimistic, pessimistic, and most likely durations for each IMS activity and event that meets the
following criteria: (1) critical path tasks/activities, (2) near-critical path tasks/activities (as
specified in the CDRL), (3) high risk tasks/activities in the program’s risk management plan.
3.1.12.3.2 Integrated Baseline Review
The Contractor shall conduct an Integrated Baseline Review (IBR) to demonstrate the
Contractor’s plan to achieve program requirements within cost and schedule constraints. The
Contractor shall propose the review (scheduling, location, security requirements, Agenda (CDRL
A001) and content), subject to Government approval. The IBR shall be conducted within six
months of exercising each AN/SPY-6(V) production Option. The Contractor shall place read
ahead material and Presentation Material (CDRL A002), on the Government IDE preceding each
review. The IBR Presentation Material shall include the following: Process Documentation;
Contract Award and Modifications; Subcontract Statement(s) of Work (SOWs) & CDRLs List;
CAM Interview List; CWBS & CWBS Dictionary; Basis of Estimates (BOE); Work
Authorization Documents; Organizational Breakdown Structure; Responsibility Assignment
Matrix; IPMR (A024) (at least 2 Periods); Control Account Plan; Bill Of Materials (BOM);
Management Reserve & Undistributed Budget Logs; and Current Risk Management Database
Listing. The Contractor shall place final Presentation Materials on the Government IDE
following the reviews. The Contractor shall prepare Minutes/Actions (CDRL A003) to include a
database to capture and manage all Government and Contractor Action Items. The database
shall reside on the Government IDE. The Contractor shall update Action Item status including
closure plans weekly. At the IBR, the Contractor shall present the phased work schedule and
planned resources, and approaches for conducting the work on this contract. IBR(s) shall also be
conducted on subcontracts that meet or exceed the EVM application threshold (contracts equal to
or greater than $20 million). The prime Contractor shall lead the subcontractor IBRs with active
participation by the Government. Following the IBR(s), the Contractor shall baseline the IPMR
in accordance with the CWBS (CDRL A020). The baseline shall apply to both cost and
schedule. The cost and schedule baselines shall be set at the completion of the IBR and used as
the data set for the Contractor’s EVMS. The Contractor shall not re-baseline the program without
permission of the Government. The Government may hold additional IBRs at the program’s
discretion.
3.1.12.4 Contract Cost Data Reporting
The Contractor shall systematically collect and report actual contract costs and technical
information to provide DoD cost analysts the data necessary to estimate future costs. Contract
Cost and Software Data Reporting (CSDR)s shall be prepared in accordance with the instructions
contained in the most recently approved versions of the Data Item Descriptions (DIDs):
N0002420R5500
Page 55 of 119
Contractor Business Data Report (DI-FNCL-81765B, DD Form 1921-3), Cost and Hour Report
(Flex File) (DI-FNCL-82162), Quantity Data Report (DI-MGMT-82164).
The Contractor shall generate and electronically submit the following Contract Cost Data
Reports (CCDRs): Cost and Hour Report (Flex File), (CDRL XXX), Quantity Data Report
(CDRLXXX), and Contractor Business Data Report (DD Form 1921-3) (CDRLXXX), using the
CADE CSDR Submit-Review System. The contractor shall provide the final CWBS and
dictionary in the Flex File, and shall maintain and update the CWBS and dictionary during
contract execution.
a.
The required form and file type for each CSDR is specified in its Data Item DID. The
Contractor shall also electronically submit in accordance to the Flex File ExcelCompatible Submission Guidance or the Flex File Excel Template outlined in the Flex
File Implementation Guide located on the CADE website (http://cade.osd.mil).
b. Data submitters must register through the CADE website (http://cade.osd.mil). Data
submitters must possess a DoD-approved ECA digital certificate or DoD-issued CAC to
obtain a CADE Portal account and to be authorized to upload CSDR content. Users can
obtain access by submitting user information about themselves and their organizations to
the CADE Portal and requesting a CSDR submitter user role. After the registration
information has been verified, the DCARC shall authorize the user account and requested
roles. All CADE Portal accounts need to be renewed at least annually.
The Contractor shall attend a Contract Cost and Software Data Reporting (CSDR) conference to
be hosted by the Government within thirty (30) calendar days of exercise of the option. The
desired outcome of this conference is for the Government and industry to come to a common
understanding on how to generate useful CCDRs. At the conference, the contractor shall present
the Contractor’s CWBS, the Contract CSDR Plan, contract SOW, Schedule B, and planned work
process. In addition, the contractor shall review the CWBS dictionary and the Resource
Distribution Table (RDT) with the Government. Also, the contractor shall review Contractor
accounting processes and standards (including the process for flowing reports from the
subcontractors to the Contractor through to the Government), and review the Contractor’s
accounting procedures including indirect costs, labor pools and material mapping to DD 2794
and DD 1423 and recurring/nonrecurring definitions and collection processes. Contractor
attendees shall review the data delivery dates and electronic reporting requirements. The
Contractor’s financial manager, financial analyst responsible for completion of reports, and an
engineer or technical representative shall attend.
The Contractor shall prepare CCDRs in accordance with the Contract CSDR Plan (Attachment
XXXX) and annually throughout the execution of the contract. DoD Manual 5000.04, Cost and
Software Data Reporting Manual is available as guidance. The contractor shall also use the
related RDT (Attachment XXX) as the basis for reporting according to the required CSDR DIDs.
If the RDT is not complete, the contractor must prepare a RDT using the work breakdown
structure on the approved CSDR Plan.
N0002420R5500
Page 56 of 119
The Contractor shall require and flow down the requirement for CSDR reporting from
subcontractors regardless of tier with a subcontract that exceeds $50 million or subcontracts
valued between $20 million and $49 million that are designated by the Government as being
high risk, high value, or high technical interest. If, for subcontracts that exceed $50 million, the
Contractor changes subcontractors or makes new subcontract awards, the Contractor shall notify
the Government.
3.1.12.5 Program Management Reviews
The Contractor shall conduct PMRs quarterly, in the Washington, DC, area, to provide
Government insight into program cost, schedule, technical, and outstanding issues. The PMR
Agendas (CDRL A001) shall include any special topics as mutually agreed between the
Government and the Contractor.
The Contractor shall propose all reviews (scheduling, location, security requirements, Agenda
(CDRL A001) and content), subject to Government approval. The Contractor shall place read
ahead material and presentations (CDRL A002) on the Government IDE preceding the PMRs.
The Contractor shall place final Presentation Materials on the Government IDE following the
PMRs. The Contractor shall maintain a database to capture all Government and Contractor
Minutes/Action Items (CDRL A003) from the PMRs. The database shall reside on the
Government IDE. The Contractor shall update Action Item status including closure plans
weekly.
3.1.12.6 Data Management
The routine use and generation of classified information is anticipated in this contract and shall
be managed by the Contractor in accordance with the contract DD Form 254, of this contract,
and the Program Security Classification Guide (SCG). The Contractor shall mark and treat data
per the Program SCG. The Contractor shall implement data management procedures to ensure
complete and timely flow of data deliverables and track document versions, clearly identifying
document changes/additions. Specific data deliverables formats and distributions are listed in the
CDRLs. The Contractor shall maintain and deliver a Data Accession List (DAL) (CDRL A030)
to track all data generated to fulfill the requirements of this contract. The Contractor shall
provide specific data listed on the DAL as requested by the COR. At the completion of each
AN/SPY-6(V) production CLIN (CLINs 0001, 0004, 1001, 1004, 2001,2003, 2004, 3001-3004,
and 4001-4004), the Contractor shall deliver all data included in the DAL within the Data
Library (CDRL A030).
CDRL (Exhibit TBD) deliverables shall be clearly marked as to any restrictions on the
Government’s use/dissemination with supporting rationale for restrictions. Restrictions on data
shall also be identified and reported at all meetings. When data, software, or software
documentation contains data with less than unlimited rights to the Government, only the cover
and the specific portions of the document shall be marked with appropriate markings and tied
directly to items on the lists required by DFARS 252.227-7017 and/or 252.227-7028 within the
contract. The Contractor shall not mark an entire document (e.g., presentation materials, trade
studies, etc.) as restricted unless every page of the document contains restricted data.
It is understood that unclassified data will be generated on classified systems. As the
Government needs to modify, edit, and otherwise alter this data the Contractor shall transmit
N0002420R5500
Page 57 of 119
both classified and unclassified versions (both printed media and electronic media in editable
form) to the Government.
3.1.12.7 Integrated Digital Environment
The Government will implement and maintain an access-controlled unclassified and classified
Integrated Digital Environment (IDE). The IDE will use commercially available tools and
industry-standard communication and data management protocols to promote interoperability
and integration. The Government will provide a total of 30 remote access accounts to the
Contractor. The Contractor shall have Public Key Infrastructure (PKI) certification and a static
Internet Protocol (IP) address (or group of addresses) to access the unclassified IDE. The
Contractor shall provide a classified electronic means to transfer classified data to/from the
Government’s classified IDE. The Contractor shall coordinate with the Government on the
approach to handling classified data and/or the requirement to access the SIPRNET or other
encrypted links. All items posted to the IDE, including drafts of deliverables that are not final
versions, shall be considered delivered for purposes of the DFARS data rights clauses (and
subject to the same rights asserted for final deliveries). However, these non-final versions shall
not constitute acceptance for purposes of Section E or the DFARS data rights clauses.
3.1.12.8 TOC Model
The Contractor shall maintain the TOC Model (CDRL A050).
3.2
Production Requirements
3.2.1 Option-AN/SPY-6(V)1 Production Units (CLINs 0001, 1001, 2001, 3001, and 4001)
Quantities delivered under this section will be determined by the Government as described in
Section B.
3.2.1.1 Production
The Contractor shall build the AN/SPY-6(V)1 Production Units that meet all requirements of the
TDP (as defined in Section 3.1.2). The Contractor shall produce Installation and Checkout Kits
that include all necessary tools, connectors, and other materials for installation.
3.2.1.2 Delivery
The Contractor shall deliver the AN/SPY-6(V)1 Production Units and Installation and Checkout
Kits in accordance with Section F. In support of delivery, the Contractor shall use Special
Packaging Instructions (CDRL A014). The Contractor shall update the Special Packaging
Instructions using the Logistics Product Data (CDRL A010).
3.2.2 Option-AN/SPY-6(V)2 Production Units (CLINs 1002, 2002, 3002, and 4002)
Quantities delivered under this section will be determined by the Government as described in
Section B.
3.2.2.1 Production
The Contractor shall build the AN/SPY-6(V)2 Production Units that meet all requirements of the
TDP (as defined in Section 3.1.2). The Contractor shall produce Installation and Checkout Kits
that include all necessary tools, connectors, and other materials for installation.
N0002420R5500
Page 58 of 119
3.2.2.2 Delivery
The Contractor shall deliver the AN/SPY-6(V)2 Production Units and Installation and Checkout
Kits in accordance with Section F. In support of delivery, the Contractor shall use Special
Packaging Instructions (CDRL A014). The Contractor shall update the Special Packaging
Instructions using the Logistics Product Data (CDRL A010).
AN/SPY-6(V)2 Above Deck Equipment consists of the radar’s antenna, the equipment required
to interface the antenna with the below deck equipment (interface cables and cooling pipes that
route through the superstructure of the ship between above deck and below deck equipment not
included), support equipment that must be located within close physical proximity to the array,
the equipment required to mount the radar antenna to the ships structure, and the enclosures
required to protect the radar antenna.
AN/SPY-6(V)2 Below Deck Equipment consists of power, cooling, and computing equipment
required to interface with ships power and cooling infrastructure, and computing equipment
required to support the above deck equipment and the CMS interface.
3.2.3 Option-AN/SPY-6(V)3 Production Units (CLINs 1003, 2003, 3003 and 4003)
Quantities delivered under this section will be determined by the Government as described in
Section B.
3.2.3.1 Production
The Contractor shall build the AN/SPY-6(V)3 Production Units that meet all requirements of the
TDP (as defined in Section 3.1.2). The Contractor shall produce Installation and Checkout Kits
that include all necessary tools, connectors, and other materials for installation.
3.2.3.2 Delivery
The Contractor shall deliver the AN/SPY-6(V)3 Production Units and Installation and Checkout
Kits in accordance with Section F. In support of delivery, the Contractor shall use Special
Packaging Instructions (CDRL A014). The Contractor shall update the Special Packaging
Instructions using the Logistics Product Data (CDRL A010).
AN/SPY-6(V)3 Above Deck Equipment consists of the radar’s antenna, the equipment required
to interface the antenna with the below deck equipment (interface cables and cooling pipes that
route through the superstructure of the ship between above deck and below deck equipment not
included), support equipment that must be located within close physical proximity to the array,
the equipment required to mount the radar antenna to the ships structure, and the enclosures
required to protect the radar antenna.
AN/SPY-6(V)3 Below Deck Equipment consists of power, cooling, and computing equipment
required to interface with ships power and cooling infrastructure, and computing equipment
required to support the above deck equipment and the CMS interface.
3.2.4 Option-AN/SPY-6(V)4 Production Units (CLINs 0002, 1002, 2002, 3002, and 4002)
Quantities delivered under this section will be determined by the Government as described in
Section B.
N0002420R5500
Page 59 of 119
3.2.4.1 Production
The Contractor shall build the AN/SPY-6(V)4 Production Units that meet all requirements of the
TDP (as defined in Section 3.1.2). The Contractor shall produce Installation and Checkout Kits
that include all necessary tools, connectors, and other materials for installation.
3.2.4.2 Delivery
The Contractor shall deliver the AN/SPY-6(V)4 Production Units and Installation and Checkout
Kits in accordance with Section F. In support of delivery, the Contractor shall use Special
Packaging Instructions (CDRL A014). The Contractor shall update the Special Packaging
Instructions using the Logistics Product Data (CDRL A010).
3.2.5 Option-First Article Testing and Audits (0012, 0013, 0014, 0015)
3.2.5.1 First Article Qualification Testing
First Article Qualification Testing (FAQT) is conducted to verify specification compliance and
validate the factory acceptance testing. FAQT is only conducted on the first production unit
procured under this contract.
3.2.5.1.1 Test Readiness Review
The Contractor shall conduct a Test Readiness Review (TRR) prior to execution of FAQT.
Within FAQT, multiple test periods may be conducted. The TRR shall also cover both FAQT
and Factory Acceptance Testing. Prior to each test period, the Contractor shall conduct a Test
Event Review (TER). The TRR is conducted to ensure that the component/subsystem/system
under review is mature enough to proceed into the major test cycle (i.e., FAQT). The TER is
conducted to focus on the subset of tests identified for an individual test period. At the TRR and
TERs, the Contractor shall review planned test objectives, methods, procedures and statistical
analyses and examine lower-level test results, test plans, test objectives, test methods and
procedures to verify the traceability of planned tests to program requirements and ensure that
required test resources have been properly identified and coordinated.
The Contractor shall propose all reviews (scheduling, location, security requirements, Agenda
(CDRL A001) and content), subject to Government approval. The content of the TRRs is
defined in the Program Executive Office for Integrated Weapons Systems (PEO IWS)/Naval Sea
Systems Command Research & System Engineering Warfare Systems (SEA 05) Technical
Review Manual (TRM). The entry and exit criteria for TRRs is defined in the TRM. The
Contractor shall host the TRR and TERs, and coordinate with the Government. The Contractor
shall coordinate and post the Meeting Agenda on the Government IDE prior to the TRR. The
Contractor shall post Presentation Materials (CDRL A002) and Minutes/Actions (CDRL A003)
on the Government IDE. The Contractor shall maintain a database to capture all Government and
Contractor Action Items (CDRL A003) from the TRRs. The database shall reside on the
Government IDE. The Contractor shall update Action Item status, including closure plans, at
least weekly.
3.2.5.1.2 Testing
The Contractor shall generate the First Article Qualification Test Plan and Procedures (CDRL
A066). The OEM Plan and Procedures and the TDP are available as guidance. The Contractor
N0002420R5500
Page 60 of 119
shall conduct FAQT on the First Article in accordance with Contractor-developed, Governmentapproved FAQT Plan and Procedures.
The Contractor shall document the results of FAQT including the as run, redlined, and marked
up procedures in a Test Report (CDRL A069). Any marked up procedures shall be reflected in
updated FAQT Procedures.
The Contractor shall provide all Test Data (CDRL A067), evaluation tools (including
simulations) and results to the Government for independent evaluation of performance. The
Contractor shall notify the Government of planned test events not later than 15 calendar days
prior to testing to support Government participation. The Contractor shall notify the
Government of any changes to planned test events not later than five (5) calendar days before the
test. The Contractor shall schedule meetings to review test results.
The Contractor shall also generate an FAQT Summary Test/Inspection Report (CDRL A070)
that documents the completion of all test events and requirements verification detailed in the
Government-approved FAQT Plan and Procedures (CDRL A066).
3.2.5.2 Physical Configuration Audit (PCA)
The Contractor shall conduct a Government-witnessed PCA. The PCA shall be conducted at the
Contractor facility. The purpose of the PCA is to verify the as-built configuration matches the
technical documentation and validates supporting processes. The PCA requires major
disassembly of the first unit to a level which will allow for verification of all drawing defined
configuration items and an in-depth review of the associated Product Drawings/Models and
Associated Lists in comparison with the first unit. Any conflict between the Product
Drawings/Models and Associated Lists and the first unit shall be identified, documented, and
corrected.
The Contractor shall update and deliver a Physical Configuration Audit (PCA) Plan (CDRL
A042) within ninety (90) days of option exercise, based on Program Executive Office for
Integrated Weapons Systems (PEO IWS)/Naval Sea Systems Command Research & System
Engineering Warfare Systems (SEA 05) Technical Review Manual (TRM), with IEEE 15288.2
available as guidance. The Contractor shall conduct the PCA as defined by the Government
accepted plan. The Contractor shall propose a PCA date at least thirty (30) days in advance and
that is at a time when drawings, nomenclature, associated manuals, acceptance test plans and
production representative hardware are available. The Contractor shall perform the approved
Configuration Audit Plan on the first unit produced.
The Contractor shall generate a Configuration Audit Summary Report (CDRL A032) as a result
of the PCA. The Contractor shall generate a Trouble Report (CDRL A051) for each discrepancy
identified in the Configuration Audit Summary Report.
The Contractor shall schedule a PCA Review SETR event NLT 60 calendar days after executing
the PCA. This review shall be event driven and predicated upon satisfying the SETR Entrance
Criteria. The Government will chair this meeting.
The Contractor shall recommend scheduling, location, security requirements, Agenda (CDRL
A001) and content, subject to Government approval. The content of the PCA Review is defined
in the Program Executive Office for Integrated Weapons Systems (PEO IWS)/Naval Sea Systems
Command Research & System Engineering Warfare Systems (SEA 05) Technical Review Manual
N0002420R5500
Page 61 of 119
(TRM), with IEEE 15288.2 available as guidance. In addition, the Contractor shall report status
of TPMs at the review. The Contractor shall place read ahead material and presentations with
Presentation Material (CDRL A002) on the Government IDE preceding each review. The
Contractor shall place final Presentation Materials on the Government IDE following the
reviews. The Contractor shall prepare Minutes/Actions (CDRL A003) to include a database to
capture and manage all Government and Contractor Action Items from the reviews. The
database shall reside on the Government IDE. The Contractor shall update Action Item status,
including closure plans, at least weekly. Exit criteria for each SETR shall include closure of all
Action Items. The Government will have approval authority over Action Item closure decisions.
3.2.6 Option-Production and Engineering Support (CLIN 0017)
The Contractor shall begin transition to production activities prior-to or in parallel with initial
production start-up. The Contractor shall generate a Transition to Production Plan (CDRL
A028) detailing its plan to develop and implement the fabrication and assembly processes
necessary for transition to production including special tooling, special test equipment,
production of proof of manufacturing units, and pilot runs to support full rate production. At a
minimum, these activities shall address the TRIMMs and DREX LRUs.
A post award conference shall take place at the contractor’s facility no later than 30 days after
award of the contract. The purpose of this conference is to review the initial production plans.
The contractor shall deliver a conference agenda in accordance with CDRL A004 no later than
one week before the date of the post award conference. The contractor shall deliver meeting
minutes in accordance with CDRL A005 no later than one week after completion of the post
award conference.
The Contractor shall execute the approved Transition to Production Plan. The Contractor shall
document the progress of transition to production in the Production Status Report (CDRL A027).
The Contractor shall generate and execute a AN/SPY-6(V) CM Plan (CDRL A033) that follows
the requirements in this section, using MIL-HDBK-61A, ANSI/EIA 649B, SAE-GEIA-HB649A and PEO IWS 2.0 Above Water Sensors Configuration Management Plan/Procedures as
guidance. The Government will conduct the AN/SPY-6(V) Local Configuration Control Board
(LCCB) and PEO IWS 2.0 Configuration Control Board (CCB).
The Contractor shall identify all hardware, software, and documentation issues. In addition, the
Government, other HP&S Contractor, and Design Agent Contractor may identify and submit
issues to the Contractor. For each issue identified, the Contractor shall generate a Trouble
Report (CDRL A051) and submit to the AN/SPY-6(V) LCCB via the Government’s PDM
system. The Contractor shall categorize each Trouble Report using the following criteria.
N0002420R5500
Page 62 of 119
Priority
1
2
3
4
5
Definition
Prevents the accomplishment of an essential capability, jeopardize safety, security or other
requirement designated critical.
Adversely affects accomplishment of an essential capability and no workaround exists; adversely
affects technical, cost, or schedule risks to the project or to life cycle support of the system, and
no work around solution is known.
Adversely affects accomplishment of an essential capability, but reasonable workaround solution
is known; adversely impacts functions supporting an essential capability; adversely affects
effectiveness, technical, cost, or schedule risks to the project or to life cycle support of the
system, but a reasonable workaround solution is known.
Results in user/operator inconvenience or annoyance but does not affect a required operational or
mission-essential capability; results in inconvenience or annoyance for operational or
maintenance personnel but does not prevent the accomplishment of the responsibilities of those
personnel.
Any other effect.
The Government will have approval authority over all Trouble Report categorizations.
The Contractor shall correct all issues associated with Trouble Reports. The Contractor shall
conduct sufficient regression testing to ensure that any changes made appropriately correct the
issues without introducing additional issues.
The Contractor shall update and submit Trouble Reports with the proposed corrective actions,
proposed schedule, and associated cost estimates to the AN/SPY-6(V) LCCB for approval and
determination of required change documentation. The Contractor shall generate the approved
change documentation. Change documentation includes, but is not limited to ECPs (CDRL
A038), RFDs (CDRL A044), RFWs (CDRL A045), Notice of Revisions (NORs) (CDRL A041)
and/or Specification Change Notices (SCNs) (CDRL A047). The Contractor shall submit
ECPSSRs (CDRL A058) in conjunction with ECPs. The Contractor shall submit WDSSRs
(CDRL A052) in conjunction with RFDs and RFWs to the AN/SPY-6(V) LCCB. The
Contractor shall submit change documentation to the AN/SPY-6(V) LCCB for classification and
final approval.
The above change documentation shall be submitted via the Government’s PDM system. In
addition, all updated TDP materials shall be submitted via the Government’s PDM system in
accordance with the LCCB approved change documentation. At all times the official product
baseline for production and sustainment shall be that reflected in the Government’s PDM system.
The AN/SPY-6(V) LCCB will have approval authority of Class II ECPs, Minor RFDs, RFWs,
NORs and SCNs. The AN/SPY-6(V) LCCB will review and recommend approval/disapproval
of Class I ECPs and Major/Critical RFD/RFWs to the PEO IWS 2.0 CCB. The PEO IWS 2.0
CCB will have approval authority of Class I ECPs and Major/Critical RFD/RFWs.
Approval of formal Class I ECPs, if any, will be accomplished via the changes clause of the
Contract.
3.3
Option-Sustainment Support (CLINs 0020-0023, 1020-1023, 2020-2023, 3020-3023,
and 4020-4023) (LEADER ONLY)
The Contractor shall provide sustainment support for the repair or replacement of the following
RMA LRUs:
N0002420R5500
Page 63 of 119
1.
2.
3.
4.
Transmit-Receive Integrated Monolithic Modules (TRIMMs)
DREX Auxiliary Power Control Card (APCC)
DREX Dual Channel (DC)
DREX Frequency Synthesizer (FS)
The contractor will be notified of a need for sustainment support via a requisition received from
the Government via the Contractor’s provided electronic inventory system. The Contractor
provided electronic inventory system shall include 24/7 access, the ability to receive and
acknowledge requisitions, send outbound shipping notifications to the Government, track Ready
for Issue (RFI) assets, and confirm receipt of RFI assets by the Government. The Contractor
shall provide no less than 15 accounts allocated for Government use with ability to satisfy
Government responsibilities as stated above. NAVSUP P-409-MILSTRIP/MILSTRAP Desk
Guide is available for guidance. Each requisition will contain a requisition category, priority
designator, shipping location, quantity, and part number. Each RMA LRU type has a unique part
number and each RMA LRU has a unique serial number.
Section 3.3.1, Metrics, provides further details regarding delivery requirements.
The Contractor shall deliver Sustainment Execution Report (CDRL A049) that cover the
following, by RMA LRU type:
CRT
RFR
MaxCFT
Missing Carcasses
Outstanding Requisitions
Current Work in Process
Current Inventory
Number of Failures
Failure Modes Determined
Labor hours per failure mode (to include troubleshooting)
Material Cost per failure mode
Performance Metrics (Ops performance)
Quality Metrics (PQDR/SDR)
Determination of Beyond Economical Repair
Depot Procedure used for repair
At every other IPR (semi-annually), the Contractor shall hold reviews of the sustainment metrics
documented in the Sustainment Execution Report (A049).
3.3.1 Metrics
The Contractor’s sustainment support performance will be measured using three (3) metrics:
Contractor Response Time (CRT), Requisition Fill Rate (RFR), and Maximum Contractor Fill
Time (MaxCFT). All three metrics will be applied separately to each RMA LRU sustainment
N0002420R5500
Page 64 of 119
CLIN. The Government will provide the information contained in Attachment J-5 for
Contractor’s use in the performance of the RMA LRU sustainment CLINs.
3.3.1.1 Contractor Response Time (CRT)
The contractor shall satisfy a Contractor Response Time (CRT) in accordance with Table 3.3.1
below. CRT is calculated as the number of requisitions responded to on time divided by the total
number of requisitions over the Section F requisition period for each RMA LRU sustainment
CLIN. The CRT begins at Contractor receipt of requisition from the Government and ends at
Contractor notification of “ready to ship” to the transportation carrier. The Contractor shall
include the actual CRT in the Sustainment Execution Report (CDRL A049).
Table 3.3.1
Requisition
Category
C3/C4/C5
CASUALITY
REPORT
(CASREP)
C1/C2 CASREP
ISSUE PRIORITY
GROUP (IPG) I
IPG II and IPG III
CRT
Rate
90%
Requisition
Priority Designator (PD)
1 through 3
CRT
(Delivery Requirement)
1 Calendar Day
90%
90%
1 through 3
1 through 3
3 Calendar Days
3 Calendar Days
90%
4 through 15
4 Calendar Days
3.3.1.2 Requisition Fill Rate (RFR)
The contractor shall satisfy a Requisition Fill Rate (RFR), in accordance with Table 3.3.2 below.
RFR is calculated as the number of requisitions delivered within the timeframes specified in
Table 3.3.2 for the Section F requisition period for each RMA LRU sustainment CLIN. The RFR
begins upon the Contractor notification of “ready-to-ship” to the transportation carrier and ends
at delivery to the destination. The Contractor shall include the actual RFR in the Sustainment
Execution Report (CDRL A049).
Table 3.3.2
Requisition
Category
C3/C4/C5
CASREP
C1/C2 CASREP
IPG I
IPG II and IPG III
90%
Delivery Time
CONUS
OCONUS
2 Calendar Days
7 Calendar Days
90%
90%
90%
2 Calendar Days
2 Calendar Days
4 Calendar Days
RFR
7 Calendar Days
7 Calendar Days
15 Calendar Days
N0002420R5500
Page 65 of 119
3.3.1.3 Maximum Contractor Fill Time (MaxCFT)
The Contractor shall satisfy a Maximum Contractor Fill Time (MaxCFT), in accordance with
Table 3.3.2 below. MaxCFT is defined as the maximum number of calendar days achieved on
any single part during the period of performance for each sustainment CLIN, and begins at
Contractor receipt of requisition from the Government and at delivery to the destination. The
Contractor shall include the actual MaxCFT in the Sustainment Execution Report (CDRL A049).
Table 3.3.3
Requisition
Category
C3/C4/C5 CASREP
C1/C2 CASREP
IPG I
IPG II and IPG III
MaxCFT
12 Calendar Days
15 Calendar Days
30 Calendar Days
30 Calendar Days
The Contractor shall hold reviews of the sustainment metrics documented in the Sustainment
Execution Report (CDRL A049) semi-annually during the IPRs.
3.3.2 Asset Management and Reporting
In addition to any awarded stepladder quantities for each of the RMA LRU sustainment CLINs
in Section B, the Government will provide Government Furnished Material under Attachment J12 for Contractor use under the RMA LRU sustainment CLINs. The Contractor shall track each
RMA LRU and the RMA LRUs’ major subassemblies on-hand inventory quantities in the
Contractor’s electronic inventory system. The Contractor shall provide monthly inventory
reporting via CDRL A049 to include forecasting of possible shortages or surplus within the
Section F requisition period for each RMA LRU sustainment CLIN. Any remaining RMA LRU
inventory either provided under Attachment J-12 or procured under the RMA LRU sustainment
CLINs shall be used for the performance of the next applicable exercised RMA LRU option
CLIN. If an option is not exercised before the end of the requisition period in Section F, the
Contractor shall provide the Contracting Officer with an inventory of the remaining RMA LRU
items and request disposition instructions within 60 days of the end of the requisition period.
For any items shipped to the Contractor’s facility, the Contractor shall take receipt of items and
examine the items/packaging to verify the part number, quantity, and condition code of the
received item(s). The Contractor shall determine if material received is in an unused condition
(i.e. unbroken seal). Unused material may be considered “A” condition and as such is ready for
issue and requires no further inspection, test, or repackaging by the contractor.
The Contractor shall document all RMA LRUs received, stored, repaired, manufactured,
shipped, or demilitarized via the Contractor’s approved electronic inventory system and deliver
in the RMA LRU Status Report (CDRL A040). The Contractor shall include requisition receipts,
N0002420R5500
Page 66 of 119
issues, estimated shipping dates, material releases and deliveries in the Contractor’s electronic
inventory system and the RMA LRU Status Report (CDRL A040). The Contractor shall include
serialized item tracking from factory or depot to the destination, and every point in between, in
the Contractor’s electronic inventory system and the RMA LRU Status Report (CDRL A040).
The Contractor shall implement supply chain controls in accordance with the Governmentapproved PPIP (CDRL A055).
3.3.3 Repair Management
The Contractor shall perform an initial assessment of all carcasses received. Failed carcasses
may be aggregated and batched by the Government and shipped to the contractor in lots of 10 or
more.


If the initial assessment indicates a fault, the Contractor shall determine if the failure
mode has occurred previously for that serial number.
o If it has not, then the Contractor shall repair through the Contractor’s approved
processes as defined in CDRL A035.
o If it has, then the Contractor shall perform additional root cause corrective action
and verification.
If the initial assessment does not indicate a fault, the Contractor shall then determine if
the specific carcass, by serial number, has been assessed with no fault found previously.
o If it has not, then the Contractor shall determine if the part is ready for issue.
o If it has, then the Contractor shall perform additional root cause corrective action
and verification.
The Contractor shall determine what is required beyond initial assessment to perform root cause
corrective action and verification. The Contractor shall deliver the root cause and corrective
action and verification procedure(s) in the Depot Repair Procedures (CDRL A035).
The Contractor shall recommend to the Government if any LRU is beyond economical repair via
CDRL A035. Upon Government concurrence, the Contractor may condemn the unit. After the
unit has been condemned, the Contractor may cannibalize any components from the unit that are
serviceable or can be repaired to a serviceable condition, provided that an audit trail is
maintained for traceability of each component utilized. After the Contractor is finished
cannibalizing, the unit shall be demilitarized in accordance with DODM 4160.28 and guidance
from NAVSUP P-409-MILSTRIP/MILSTRAP.
The contractor shall document and provide all repair procedures executed under this contract in
Depot Repair Procedures (CDRL A035). For each action repair performed, the Contractor shall
generate a FRACAS event and document within the FRACAS report (CDRL A039).
N0002420R5500
Page 67 of 119
3.3.4 DMSMS
The Contractor shall conduct DMSMS Forecasting and propose solutions in Trouble Reports
(CDRL A051). Proposed solutions shall include analysis of alternatives and impacts to both
production and sustainment. In addition, the Contractor shall generate DMSMS Forecast Source
Data and Report (CDRL A036). Summaries of DMSMS Trouble Reports, data and reports shall
be reported at IPRs. The Source Data for Forecasting DMSMS shall reference parts, part
numbers, and drawing numbers based upon the Attachment J-2 TDP.
3.3.5 Contract Exit Phase (CLINs 3020-3023 and 4020-4023)
The Government and the Contractor shall establish a joint Closeout IPT within 90 days of CLIN
3020-3023 execution. The Closeout IPT shall meet quarterly to develop the schedule, milestones,
and performance requirements for an orderly transition of the performance based sustainment
element to Government control or other follow-on contractor control.
3.3.6 Quality Management
The contractor shall maintain a quality system that addresses the elements ISO 9001-2008
Quality System, Model for Quality Assurance in Design, Development, Production, Installation
and Servicing, and AS9100C: “Quality Management Systems – Requirements for Aviation,
Space and Defense Organizations. The Government reserves the right to assess contractor
compliance to its documented quality system. The quality system procedures, planning and all
other documentation, media and data which comprise the quality system shall be made available
to the Government for their review and use. The acceptance of non-conforming supplies shall be
as prescribed by the Government. The Government reserves the right to disapprove the quality
system or portions thereof when it fails to meet its intended objective. The contractor shall
ensure all PBL components, including those supplied by subcontractors, meet the requirements
for quality identified in the Quality Assurance Program.
The contractor’s quality assurance program shall generate Trouble Reports (CDRL A051) and
develop resolutions in response to Government-generated reports of quality deficiencies known
as Product Quality Deficiency Reports (PQDR) and Supply Deficiency Reports (SDR). The
Contractor shall notify the Government of the PQDR/SDR resolutions and deliver proposed
resolutions via the Configuration Management Process as defined in Section 3.1.5. Upon
acceptance by the Government and determination that changes do not impact production, the
Contractor shall enact the proposed resolutions in execution of these CLINs. SECNAVINST
4855.3 is available for guidance.
The Government reserves the right to perform an on-site quality program review and evaluation
of the Contractor and/or sub-Contractor manufacturing facility at any time during the
performance of this contract.
3.4
Option-Second Source Qualification (CLIN 0016)
The RMA LRU types are defined as:
1. Transmit-Receive Integrated Monolithic Modules (TRIMMs)
2. DREX Auxiliary Power Control Card (APCC)
N0002420R5500
Page 68 of 119
3. DREX Dual Channel (DC)
4. DREX Frequency Synthesizer (FS)
The Contractor shall generate and execute a Second Source Qualification Plan (CDRL B001)
that documents the process to be followed for identifying, selecting, and qualifying a RMA LRU
Second Source. In the Second Source Qualification Plan, the Contractor shall address the
following:
a. Coordination and execution of four (4) TIMs to support preparation and review of
solicitation material with the Government;
b. Preparation and communication of the intent to develop a second source to industry;
c. Coordination and execution of two (2) Industry Days to support solicitation material;
d. Preparation, coordination, and release of the solicitation to industry and review
proposals; and
e. The concept for qualifying a second source including conduct of qualification TRR.
The Government will participate as a non-voting member in the selection, monitoring, and
qualification of the Second Source. The Government reserves the right to participate in all
Second Source program reviews and meetings.
The Contractor shall conduct and chair quarterly Technical Interchange Meetings (TIMs) and
SETRs at the Second Source’s facility. The Contractor shall observe LRU Acceptance Testing
at the Second Source’s facility. The Contractor shall invite the Government to participate in all
aspects of the Second Source LRU development and testing.
The Contractor shall conduct Second Source LRU First Article Testing sufficient to certify the
Second Source for current and future AMDR-S/RSC systems. This testing shall occur at the
Contractor’s facility.
The Contractor shall generate a Second Source LRU First Article Qualification Test Plan and
Procedures (CDRL B002). The First Article Qualification Test Plan and Procedures shall
confirm that the Second Source LRUs meet specified performance requirements in the TDP (as
defined in Section 3.1.2).
The Second Source LRU First Article Qualification Test Plan and Procedures shall identify the
methods and test procedures to be used to verify requirements compliance. Test plans shall
include what is to be tested (e.g., A-Spec requirement), the test methodology (e.g., demonstration
using simulated inputs and operator actions) and the criteria for passing the test (e.g., the system
successfully detected and put into track the simulated target). These test plans shall also identify
the location of the testing procedure such as stand-alone CI testing in the factory, CIs in subsystems, or CIs in the final configuration at the test facility.
The Contractor shall host a Test Readiness Review (TRR). The Contractor shall propose the
TRRs (scheduling, location, security requirements, Agenda (CDRL B003) and content), subject
to Government approval. The Contractor shall place read ahead material and Presentation
Material (CDRL B004) on the Government IDE preceding the TRR. The Contractor shall place
final Presentation Materials on the Government IDE following the TRRs. The Contractor shall
N0002420R5500
Page 69 of 119
maintain a database to capture all Government and Contractor Action Items (CDRL B005) from
the TRRs. The database shall reside on the Government IDE. The Contractor shall update
Action Item status, including closure plans, at least weekly.
The Contractor shall document the results of the Second Source LRU First Article Qualification
Testing in a Test Report (CDRL B006). The Contractor shall provide all Test Data (CDRL
B007) for each LRU, evaluation tools (including simulations) and results to the Government for
independent evaluation of performance.
The Contractor shall update and report program cost, schedule and earned value status in an
Integrated Program Management Report (IPMR) (CDRL XXX). The Contractor shall develop a
baseline and report program cost, schedule and earned value status against this baseline in the
IPMR. As part of the IPMR, the Contractor shall update and maintain the Integrated Master
Schedule (IMS) to identify all tasks that are required for CLIN completion. The Contractor shall
update and provide the Contract Funds Status Report (CFSR) (CDRL XXX). The Contractor
shall provide a reconciliation of the CFSR with the IPMR as an addendum to the IPMR.
The exit criteria for Second Source Qualification (CLIN 0016) of RMA LRUs are as follows:
a. The Contractor shall select a Second Source for LRU hardware with
participation from the Government in an advisory role;
b. The Contractor shall procure Second Source LRU hardware that is form,
fit, and function compatible with the TDP;
c. The Contractor shall successfully conduct Test Readiness Review (TRRs);
d. The Contractor shall conduct Test and Evaluation (T&E) of the Second
Source LRU at the Contractor’s Facility to qualify the LRUs;
e. The Contractor shall close all Action Items (CDRL B005); and
f. The Contractor shall deliver all required Contract Data Requirements Lists
(CDRLs) (Exhibit B) and receive Government approval;
g. The Contractor shall deliver second source LRU hardware in accordance
with Section F.
N0002420R5500
Page 70 of 119
Section E - Inspection and Acceptance
INSPECTION AND ACCEPTANCE TERMS
Supplies/services will be inspected/accepted at:
CLIN
0001
0004
0008
0009
0010
0012
0013
0014
0015
0016
0017
0020
0021
0022
0023
1001
1002
1003
1004
1020
1021
1022
1023
2001
2002
2003
2004
2020
2021
2022
2023
3001
3002
3003
3004
3020
3021
3022
3023
4001
4002
4003
4004
4020
INSPECT AT
Origin
Origin
Origin
N/A
Origin
N/A
N/A
N/A
N/A
N/A
N/A
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
Origin
INSPECT BY
Government
Government
Government
N/A
Government
N/A
N/A
N/A
N/A
N/A
N/A
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
ACCEPT AT
Destination
Destination
Origin
N/A
Origin
N/A
N/A
N/A
N/A
N/A
N/A
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
Destination
ACCEPT BY
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
Government
N0002420R5500
Page 71 of 119
4021
4022
4023
Origin
Origin
Origin
Government
Government
Government
Destination
Destination
Destination
Government
Government
Government
N0002420R5500
Page 72 of 119
Section F - Deliveries or Performance
ITEMS 0017 – Shall be completed upon a completing scope as detailed in Section C. Proof-ofDesign units, Proof-of-Manufacturing units, and all other hardware and equipment procured
under contract F.O.B. Origin.
ITEMS 0020-0023, 1020-1023, 2020-2023, 3020-3023, and 4020-4023 – Items shall be
delivered to the location included in the applicable requisition and within the time required in
accordance with Section C. The requestion period for each sustainment option CLIN is 12
months after option exercise.
The Contractor shall not ship directly to a military air or water port terminal without authorization
by the cognizant Contract Administration Office.
Except when the Material Inspection and Receiving Report (MIRR) (DD 250) is used as an invoice,
the Contractor shall enter unit prices on all MIRR copies. Contract line items shall be priced using
actual prices, or if not available, estimated prices. When the price is estimated, an "E" shall be
entered after the price.
ITEMS 0008 and 0010 – All data to be furnished under this contract shall be delivered prepaid to
the destination(s) and at the time(s) specified on the Contract Data Requirements List(s), DD Form
1423.
ITEMS 0009 – Parts shall be delivered in accordance with the delivery schedule established in each
PIO. Unless otherwise stated in the PIO, parts shall be delivered free of expense to the Government
in accordance with instructions specified in the clause entitled "F.O.B. ORIGIN" (FAR 52.247-29)
at or near the Contractor's plant for shipment at Government expense (normally on Government
bill(s) of lading).
DELIVERY INFORMATION
CLIN
0001
QTY
1
BDD1
30
ADD2
36
RDD Units
Months After Contract
0001
1
34
40
Months After Contract
0001
1
38
44
Months After Contract
0001
1
38
44
Months After Contract
0004
1
30
36
Months After Option Exercise
Ship to Address
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
N0002420R5500
Page 73 of 119
1001
1
30
36
Months After Option Exercise
1001
1
34
40
Months After Option Exercise
1001
1
38
44
Months After Option Exercise
1002
1
24
30
Months After Option Exercise
1003
1
30
36
Months After Option Exercise
1003
1
34
40
Months After Option Exercise
1003
1
38
44
Months After Option Exercise
1004
1
30
36
Months After Option Exercise
1004
1
34
40
Months After Option Exercise
2001
1
30
36
Months After Option Exercise
2001
1
34
40
Months After Option Exercise
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
N0002420R5500
Page 74 of 119
2001
1
38
44
Months After Option Exercise
2002
1
24
30
Months After Option Exercise
2002
1
28
34
Months After Option Exercise
2002
1
32
38
Months After Option Exercise
2002
1
36
42
Months After Option Exercise
2002
1
40
46
Months After Option Exercise
2003
1
30
36
Months After Option Exercise
2003
1
34
40
Months After Option Exercise
2003
1
38
44
Months After Option Exercise
2004
1
30
36
Months After Option Exercise
2004
1
34
40
Months After Option Exercise
2004
1
38
44
Months After Option Exercise
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
N0002420R5500
Page 75 of 119
2004
1
42
48
Months After Option Exercise
3001
1
30
36
Months After Option Exercise
3001
1
34
40
Months After Option Exercise
3001
1
38
44
Months After Option Exercise
3002
1
24
30
Months After Option Exercise
3002
1
28
34
Months After Option Exercise
3002
1
32
38
Months After Option Exercise
3002
1
36
42
Months After Option Exercise
3002
1
40
46
Months After Option Exercise
3003
1
30
36
Months After Option Exercise
3003
1
34
40
Months After Option Exercise
3004
1
30
36
Months After Option Exercise
3004
1
34
40
Months After Option Exercise
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
N0002420R5500
Page 76 of 119
3004
1
38
44
Months After Option Exercise
3004
1
42
48
Months After Option Exercise
4001
1
30
36
Months After Option Exercise
4001
1
34
40
Months After Option Exercise
4001
1
38
44
Months After Option Exercise
4002
1
24
30
Months After Option Exercise
4002
1
28
34
Months After Option Exercise
4002
1
32
38
Months After Option Exercise
4002
1
36
42
Months After Option Exercise
4002
1
40
46
Months After Option Exercise
4003
1
30
36
Months After Option Exercise
4003
1
34
40
Months After Option Exercise
4003
1
38
44
Months After Option Exercise
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
N0002420R5500
Page 77 of 119
1
2
4003
1
42
48
Months After Option Exercise
4003
1
46
52
Months After Option Exercise
4004
1
30
36
Months After Option Exercise
4004
1
34
40
Months After Option Exercise
4004
1
38
44
Months After Option Exercise
4004
1
42
48
Months After Option Exercise
ME
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or Newport
News Shipbuilding, Newport
News, VA; or Fincantieri
Marinette Marine, Marinette,
WI; or Austal USA, Mobile,
AL; or Bath Ironworks, Bath,
ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
Ingalls Shipbuilding,
Pascagoula, MS; or
Naval Base San Diego, San
Diego, CA; or Joint Base Pearl
Harbor-Hickam, HI; or Bath
Ironworks, Bath, ME
BDD- Below Decks Delivery (see Section C 3.2.2.2 for the definition of Below Deck equipment )
ADD- Above Decks Delivery (see Section C 3.2.2.2 for the definition of Above Deck equipment)
N0002420R5500
Page 78 of 119
Section H - Special Contract Requirements
H-01 OPTION EXERCISE OF CLINs
2. The Government intends to unilaterally exercise production options in accordance with
Section B, Note A - OPTION EXERCISE, as a result of competitive solicitation N00024-20R-5500; The exercise of any option unit(s) is contingent upon congressional appropriation.
3. Although the Government intends to unilaterally exercise odd-numbered option unit(s) with
either Contractor based upon the lowest option unit(s) target price established as a result of
competitive solicitation N00024-20-R-5500, prior to the latest option exercise date, the
Contracting Officer may issue a letter to the Contractors requesting submission of revised
pricing. Revised pricing shall be submitted within 30 days of the issuance of the Contracting
Officer request. In the event of requested pricing revision(s):
a. Any revised target price shall not exceed the awarded target price of the applicable
option(s); any revised ceiling price shall not exceed the awarded ceiling price of the
applicable option(s).
b. The Navy will unilaterally modify Section B pricing using the Contractor provided
revised pricing for the CLINs as applicable.
c. The Government intends to unilaterally exercise options in accordance with Section B,
Note A - OPTION EXERCISE, utilizing the revised pricing. The exercise of any option
unit is contingent upon congressional appropriation.
N0002420R5500
Page 79 of 119
Section I - Contract Clauses
CLAUSES INCORPORATED BY REFERENCE
252.204-7012
Safeguarding Covered Defense Information and Cyber
Incident Reporting
OCT 2016
CLAUSES INCORPORATED BY FULL TEXT
52.217-9 VAR I OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (NAVSEA VARIATION
I) (OCT 2018)
(a) The Government may extend the term of this contract by written notice(s) to the Contractor within the periods
specified below. If more than one option exists, the Government has the right to unilaterally exercise any such
option whether or not it has exercised other options.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any option(s) under this clause, shall not exceed five
(5) years, however, in accordance with paragraph (j) of the requirement of this contract entitled "Level of Effort –
Alternate I", if the total manhours delineated in paragraph (a) of the Level of Effort requirement, have not been
expended within the period specified above, the Government may require the Contractor to continue to perform the
work until the total number of manhours specified in paragraph (a) of the aforementioned requirement have been
expended.
ITEM(S)
0008
0016
0020
0021
0022
0023
1020
1021
1022
1023
2020
2021
2022
2023
3020
3021
3022
3023
4020
4021
4022
4023
LATEST OPTON EXERCISE DATE
60 MACA
60 MACA
12 MACA
12 MACA
12 MACA
12 MACA
24 MACA
24 MACA
24 MACA
24 MACA
36 MACA
36 MACA
36 MACA
36 MACA
48 MACA
48 MACA
48 MACA
48 MACA
60 MACA
60 MACA
60 MACA
60 MACA
N0002420R5500
Page 80 of 119
(End of clause)
52.217-7 VAR I OPTION FOR INCREASED QUANTITY—SEPARATELY PRICED LINE ITEM (MAR 1989)
(NAVSEA VARIATION I) (OCT 2018)
The Government may require the delivery of the numbered line item(s)/subline item(s), identified in the Schedule as
an option item(s), in the quantity and at the price(s) stated in the Schedule. If more than one option exists, the
Government has the right to unilaterally exercise any such option, in whole or in part up to the total quantity
specified in the option item, whether or not it has exercised other options. Option(s) shall be exercised, if at all, by
written or telegraphic notice(s) signed by the Contracting Officer and sent within the time(s) specified below:
ITEM(S)
0009
0011
0012
0013
0014
0015
1001
1002
1003
1004
2001
2002
2003
2004
3001
3002
3003
LATEST OPTON EXERCISE DATE
60 MACA
4 MACA
60 MACA
60 MACA
60 MACA
60 MACA
24 MACA
24 MACA
24 MACA
24 MACA
36 MACA
36 MACA
36 MACA
36 MACA
48 MACA
48 MACA
48 MACA
3004
4001
4002
4003
4004
48 MACA
60 MACA
60 MACA
60 MACA
60 MACA
(End of clause)
N0002420R5500
Page 81 of 119
Section J - List of Documents, Exhibits and Other Attachments
EXHIBITS AND ATTACHMENTS
Section J – Exhibits and Attachments
Solicitation Attachments (to be removed upon award(s):
Attachment JS-1 – Unclassified GFI Request Form
Attachment JS-2 – Classified Material GFI Request Form
Attachment JS-3A – Classified GFI Terms of Use Agreement
Attachment JS-3B – Unclassified GFI Terms of Use Agreement
Attachment JS-4 – Contractor Award Information
Attachment JS-5 – Work Breakdown Structure
Attachment JS-6 – Question Submittal Form
Solicitation Exhibits & Attachments (to be included with any resultant contract award(s):
Exhibit A – Contract Data Requirements List (CDRLs)
Attachment J-1 – DD 254
Attachment J-2 – Technical Data Package (TDP)
Attachment J-3 – Government Furnished Information (GFI)
Attachment J-4 - Reserved
Attachment J-5 – Anticipated Repair Rates (Leader Only)
Attachment J-6 – 7017 List (Incorporated at Award)
Attachment J-7 – 7028 List (Incorporated at Award)
Attachment J-8 – Supplemental Information-Noncommercial Technical Data, Noncommercial
Computer Software, Noncommercial Computer Software Documentation (Incorporated at
Award)
Attachment J-9 – Cost and Software Data Reporting (CSDR) Plan
Attachment J-10 – Reserved
Attachment J-11 – Reserved
Attachment J-12 – Government Furnished Material (Leader Only)
N0002420R5500
Page 82 of 119
Section L - Instructions, Conditions and Notices to Bidders
CLAUSES INCORPORATED BY FULL TEXT
252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS
(OCT 2016)
(a) Definitions. As used in this provision-Controlled technical information, covered contractor information system, covered defense information, cyber
incident, information system, and technical information are defined in clause 252.204-7012, Safeguarding Covered
Defense Information and Cyber Incident Reporting.
(b) The security requirements required by contract clause 252.204-7012 shall be implemented for all covered
defense information on all covered contractor information systems that support the performance of this contract.
(c) For covered contractor information systems that are not part of an information technology service or system
operated on behalf of the Government (see 252.204-7012(b)(2))-(1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by
National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, ``Protecting Controlled
Unclassified Information in Nonfederal Information Systems and Organizations'' (see
http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by
the contracting officer not later than December 31, 2017.
(2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in
effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall
submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written
explanation of—
(A) Why a particular security requirement is not applicable; or
(B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a
particular requirement and achieve equivalent protection.
(ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800-171
requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated
into the resulting contract.
(End of provision)
SECTION L
SECTION L 1.0 – GENERAL
1.1 The Contracting Officer is the sole point of contact for this solicitation; however, the
designated Contract Specialist may communicate with industry on the Contracting Officer’s
behalf.
The Contracting Officer for this solicitation is:
N0002420R5500
Page 83 of 119
Ms. Melissa Ramirez, SEA 02551
(202) 781-1608
melissa.b.ramirez@navy.mil
The designated Contract Specialist is:
LCDR Justin Bennett, SEA 02551B
(202) 781-3872
justin.l.bennett3@navy.mil
1.2 The Government intends to evaluate proposals and award up to one (1) Leader and up to one
(1) Challenger contract for production and sustainment of AN/SPY-6(V) radar variant systems.
The estimated award date is 3rd quarter 2021. Leader and Challenger roles are defined in Section
C Statement of Work. Section L of this solicitation will delineate where requirements are specific
to Offerors bidding for Leader or Challenger. An offeror may submit a proposal for evaluation as
Leader or Challenger. Any Offeror bidding for the Leader will be evaluated for the Challenger
role in the event they are not selected as Leader.
1.3 This program will require access and utilization of classified information up to TOP
SECRET non-SCI security level. However, classified information that is classified above
Collateral SECRET security level SHALL NOT be included in the Offeror’s proposal
submission. The security classification of this procurement is specified in the Contract Security
Classification specification, DD Form 254, Attachment J-1. Appropriate security classification
markings shall be included, and handling instructions followed, for all submitted data. Strict
compliance with applicable law; regulation; and DoD directives, instructions, and manuals is
required.
1.4 In order to be eligible for award Offerors shall meet the minimum security criteria contained
in 1.4(a) through 1.4(c) below:
(a) The Offeror shall be a United States Contractor, licensed, chartered, or incorporated in the
United States. If the contractor is under foreign ownership, control or interest (FOCI), the
contractor is not eligible for a facility security clearance until the FOCI factors have been
favorably resolved through mitigation. Special Security Agreement (SSA), Proxy Agreement
(PA) or Voting Trust Agreement (VTA) is used to mitigate FOCI cases where companies are
effectively owned or controlled by a foreign entity.
(b) The Offeror shall possess a facility security clearance issued by the Defense Security Service
(DSS) at the TOP SECRET level by time of award.
1.5 “Pricing information,” is defined as facts, statistics, or data describing the consideration an
offeror will receive in exchange for furnishing the supplies described in this solicitation. Pricing
information may only be included within Volume V: Price Proposal. Inclusion of pricing
information within any other Volume will likely result in rejection of the Offeror’s proposal, as
well as the Offeror being determined ineligible for award. If doubt exists as to what constitutes
N0002420R5500
Page 84 of 119
pricing information, Offeror’s are strongly encouraged to submit a question in accordance with
paragraph 2.8 of this section.
1.6 Offerors shall refer to FAR 52.215-1, Instructions to Offerors -- Competitive Acquisition.
The information below is provided to supplement and implement FAR 52.215-1. Please note that
pursuant to FAR 52.215-1, the Government intends to award up to one (1) Leader and up to one
(1) Challenger contract on the basis of a proposal submission without conducting discussions with
Offerors, but reserves the right to conduct discussions in accordance with FAR 15.306 if
determined by the Contracting Officer to be necessary. The Government reserves the right to
award a single contract to the Leader, or award the two contracts at different times.
1.7 Each Offeror shall submit only one proposal. No alternate proposals will be accepted, and
submission of multiple proposals will result in disqualification of the submitting Offeror. The
Offeror’s proposal submission should contain the Offeror’s best terms from a price and technical
standpoint. Any Offer who submits a proposal for the Leader role and is not selected will be
considered for the Challenger role using the Offeror’s Leader proposal.
EXCEPTION: If an Offeror believes they may be eligible for waiver of a first article requirement
based on acceptance of a prior product, they may submit two Volume V pricing volumes for
consideration. See M-209-H001, below for details on when submission of an “OFFER A” and
“OFFER B” would be appropriate. If an Offeror elects to submit two Volume V pricing volumes
for consideration, the Letter of Transmittal shall clearly indicate whether the Volume is an
“OFFER A” (no waiver of First Article Test) or an “OFFER B” (waiver of First Article Test).
1.8 The Government may contact any or all or a limited number of Offerors with questions
concerning their proposals as permitted under FAR part 15.
1.9 Offerors are reminded past performance information is proprietary source selection
information. The Government will only discuss past performance information directly with the
prospective prime or sub-contractor that is being reviewed. If there is a problem with a proposed
subcontractor’s past performance the prime may be notified of a problem, but no details will be
discussed without the subcontractor’s permission.
1.10 At the end of discussions, if they occur, the Government will request Final Proposal
Revisions (FPRs) from all Offerors still within the competitive range.
1.11 Each Offeror must submit all information required by this solicitation. The Offeror’s
proposal shall be based on the requirements contained in this solicitation (including those
documents, exhibits, and other attachments to the solicitation identified in Section J). Failure to
comply with the terms and conditions of the solicitation and/or failure to provide all of the
requested information may result in the Offeror’s proposal being rejected, and may result in the
Offeror being determined ineligible for award.
1.12 The solicitation will be announced through the Government wide point of entry (GPE) at:
https://www.fbo.gov/.
N0002420R5500
Page 85 of 119
1.13 The Government may post additional information to the GPE relating to this solicitation
(e.g. a solicitation amendment responding to submitted Offeror questions). It is the Offeror’s
responsibility to check the GPE for any such information.
1.14 All questions shall be submitted to the Contracting Officer and Contract Specialist in
accordance with paragraph 2.8 of this section.
1.15 The Government may schedule a pre-award site survey at facilities identified in any or all or
a limited number of Offeror proposals following the proposal submission date without
conducting discussions.
1.16 All notional dates included within this solicitation (e.g. 12 months after contract award) is
required to change unilaterally by the Government to actual calendar dates (e.g. 5 Jan 15) at
contract award.
1.17 Government Support Contractors may assist the Source Selection Organization as advisors
and/or administrative assistants. The following is a list of Government Support Contractor’s that
may assist the Source Selection Organization:
COMPANY NAME:
AREA OF EXPERTISE:
COMPANY POC, TITLE:
PHONE NUMBER:
EMAIL ADDRESS:
MAILING ADDRESS:
The Johns Hopkins University Applied Physics Laboratory (JHU/APL)
system, calibration, frontend hardware, ship fit/HM&E
Chris Barker, Advanced Radars Program Manager
(240) 228-8909
christopher.k.barket@jhuapl.edu
11100 Johns Hopkins Road
Laurel, MD 20723
COMPANY NAME:
AREA OF EXPERTISE:
COMPANY POC, TITLE:
PHONE NUMBER:
EMAIL ADDRESS:
MAILING ADDRESS:
David P. Maunder Consulting Services, Inc. (DPMC)
all hardware
Denee Maunder, Operations Manager
(571) 248-2656
denee.maunder@dpmconsulting
11570 Lake Newport Road
Reston, VA 20194
COMPANY NAME:
AREA OF EXPERTISE:
COMPANY POC, TITLE:
PHONE NUMBER:
EMAIL ADDRESS:
MAILING ADDRESS:
Systems Planning and Analysis, Inc. (SPA)
acquisition, admin
Mike Yang, IWSG Group Leader
(703) 399-8104
myang@spa.com
20 M Street SE
Washington, DC 20003
COMPANY NAME:
AREA OF EXPERTISE:
COMPANY POC, TITLE:
PHONE NUMBER:
EMAIL ADDRESS:
MAILING ADDRESS:
Georgia Tech Research Institute (GTRI)
frontend hardware, firmware
J. Michael Frye, Senior Research Engineer
(404) 407-7462
michael.frye@gtri.gatech.edu
1700 N Moore Street
Ste. 1910
Arlington, VA 22209
N0002420R5500
Page 86 of 119
COMPANY NAME:
AREA OF EXPERTISE:
COMPANY POC, TITLE:
PHONE NUMBER:
EMAIL ADDRESS:
MAILING ADDRESS:
Technomics
cost analysis
Thanh Lo, Contracts Manager
(571) 366-1457
tlo@technomics.net
291 12th Street South
Ste. 612
Arlington, VA 22202
COMPANY NAME:
AREA OF EXPERTISE:
COMPANY POC, TITLE:
PHONE NUMBER:
EMAIL ADDRESS:
MAILING ADDRESS:
Innovative Concepts Engineering (ICE)
manufacturing
Robert Bulk, President
(301) 502-4359
rbulk@icengco.com
6411 Ivy Lane
Ste. 606
Greenbelt, MD 20770
COMPANY NAME:
AREA OF EXPERTISE:
COMPANY POC, TITLE:
PHONE NUMBER:
EMAIL ADDRESS:
MAILING ADDRESS:
Systems Engineering Group (SEG)
systems engineering, hardware
Arnya Battle, Senior Contracts Administrator
(410) 309-9636
aryna.battle@segmail.com
9861 Broken Land Parkway
Ste. 350
Columbia, MD 21046
The Offeror shall provide written notification to the Contracting Officer providing concurrence
with the entities, identified above, participating in the proposal evaluation process, or otherwise
explaining which entity the Offeror objects to and the reasons for objecting, no later than
fourteen (14) calendar days after the RFP release date found in Block 5 of the SF33. If the
Offeror consents to the firms listed above performing in an advisory capacity during the proposal
evaluation process and/or the review of deliverables submitted by the Offeror, the Offeror’s
cover letter submitted with its proposal shall contain the words:
[Offeror's name] Consents to [Offeror to list all firms for which consent is given] viewing, as
Government advisors, the information contained in this proposal and performing in an advisory
capacity during the proposal evaluation process.
SECTION L 2.0 – INSTRUCTIONS FOR SUBMISSION OF OFFERS
The solicitation response shall be contained in five (5) separate volumes:
Volume I:
Volume II:
Volume III:
Volume IV:
Technical Proposal (Factor 1)
Data Rights Proposal (Factor 2)
Past Performance (Factor 3)
Energy Proposal (Factor 4)
N0002420R5500
Page 87 of 119
Volume V:
2.1
Price Proposal (Factor 5)
PROPOSAL FORMAT AND DELIVERY
The contents of the proposal (with page limitations, copy requirements, and references to
explanatory paragraphs in this section) are summarized in the table below:
Section 2.1, Table 1: Proposal Summary
Title
I
Executive Summary
Volume
Quantities
Reference Page Limit Required
Electronic Paper
2.7.1
5
5
2
I
Technical Proposal
 Tab A Manufacturing Plan
 Tab B - Configuration Management
Plan
 Tab C - Proposed Configuration
Changes
 Tab D - Test Plan
 Tab E – Engineering and Production
Support
 Tab F - Program Management
 Tab G - Sustainment and Life Cycle
Support Plan
 Tab H – Second Source
Qualification Plan
2.7.1
300
5
2
I
Technical Proposal Cross-reference Matrix
2.7.1
None
5
2
I
Appendix A - Integrated Master Schedule –
Leader
Appendix B - Integrated Master Schedule –
Challenger
Data Rights Proposal
7017 List
7028 List
Past Performance Proposal
Energy
Letter of Transmittal
Standard Form 33 (completed)
Contract Data Requirements List
(completed)
Small Business Subcontracting Plan
2.7.1
None
N/A
2
2.7.1
None
N/A
2
2.7.2
2.7.2
2.7.2
2.7.3
2.7.4
2.2 / 2.7.5
2.7.5
2.7.5
2.7.5
10
None
None
10
5
2
None
None
None
5
5
5
5
5
5
5
5
5
2
2
2
2
2
2
2
2
2
I
II
II
II
III
IV
V
V
V
V
Quantities: Two (2) Paper Proposals with one (1) Master CD/DVD electronic proposal and four
N0002420R5500
Page 88 of 119
(4) additional Copy CD/DVD electronic proposal.
Instructions for paper and electronic proposal submissions are detailed below in sections 2.3 and
2.4, respectively. The content of paper and electronic proposals shall be identical in form and
content. In the event of discrepancies between paper and electronic copies, the content of the
Master CD/DVD will prevail. In the event of discrepancies between electronic copies, the Master
CD/DVD will prevail.
In order to maximize efficiency and minimize the effort involved in the proposal evaluation
process, proposals must comply with the instructions for the format and content herein.
Proposals which do not comply may be rejected, and the submitting Offeror may be determined
ineligible for award.
2.2
GENERAL SUBMISSION REQUIREMENTS
The Letter of Transmittal submitted with Volume V shall be considered the “first page of the
proposal” (see FAR 52.215-1) and shall include the elements required by FAR 52.2151(c)(2).
The elements required by FAR 52.215-1(c)(2) are:





the solicitation number;
the name, address, and telephone and facsimile numbers of the Offeror (and electronic
address if available);
a statement specifying the extent of agreement with all terms, conditions, and provisions
included in the solicitation and agreement to furnish any or all items upon which prices
are offered at the price set opposite each item (to facilitate evaluation and direct
comparison of received proposals, submitted proposals which do not unconditionally
agree with all terms, conditions, and provisions included in the solicitation may be
rejected and the Offeror may not be considered further for award);
names, titles, and telephone and facsimile numbers (and electronic addresses if available)
of persons authorized to negotiate on the Offeror’s behalf with the Government in
connection with this solicitation; and
name, title, and signature of person authorized to sign the proposal. Proposals signed by
an agent shall be accompanied by evidence of that agent’s authority, unless that evidence
has been previously furnished to the issuing office
The Letter of Transmittal shall also include:




the name, telephone number, and electronic mail address of the Offeror’s
assigned DCAA Auditor;
the name, telephone number, and electronic mail address of the Offeror’s
assigned DCMA Administrative Contracting Officer;
the Offeror’s Dunn and Bradstreet (DUNS) number;
the Offeror’s Commercial and Government Entity (CAGE) code;
N0002420R5500
Page 89 of 119





a statement certifying electronic data submitted is free of computer
viruses and other malware;
a statement certifying the proposal is valid for 270 days from the closing
date of the solicitation;
a statement providing unconditional agreement with all terms, conditions,
and provisions included in the solicitation;
any statement required by solicitation provision L-209-H009
NOTIFICATION OF POTENTIAL ORGANIZATIONAL
CONFLICTS(S) of INTEREST (NAVSEA) (DEC 2018); and
volume number and title (“Volume V – Pricing Proposal (Part 1 of X)”).
The Letter of Transmittal shall serve as the cover letter for Volume I and a separate cover letter is
neither required, nor desired.
Volumes II through V shall each contain a cover letter containing:





Offeror name, address, and point of contact
Offeror point of contact phone number and electronic mail address
Offeror CAGE code and DUNS number
Title of proposal, proposal number, and RFP number (N00024-20-R-5500)
Volume number and title (e.g. “Volume I – Technical Proposal (Part 1 of X)”)
To facilitate evaluation of each received proposal, each volume should also include the
following:
Table of Contents, Tables, and Figures. The Table of Contents should include the first through
third level section titles. A separate list of tables and figures utilized in the proposal volume
should be appended at the end of the Table of Contents. The Table of Contents, Tables, and
Figures will not count towards any page count limit.
Glossary of Terms, Abbreviations, and Acronyms. The Glossary of Terms, Abbreviations, and
Acronyms should include all utilized abbreviations, acronyms, and all terms which are either
newly introduced, uncommon, or specialized. The Glossary of Terms, Abbreviations, and
Acronyms will not count towards any page count limit.
Duplicated information within a given factor may be included in full once and referenced
thereafter, as long as there is a clear reference to the duplicated information. If duplicated
information is included for more than one evaluation factor, it must be included in full text the
first time it is discussed under each factor.
A concise, legible, neat, orderly and comprehensive proposal is required. Brochuremanship is not
desired. Elaborate brochures, artwork, expensive paper and bindings, or expensive visual or other
presentation aids beyond those sufficient to present a complete and comprehensive written
proposal are unnecessary. Elaborate brochures, artwork, expensive paper and bindings, or
expensive visual or other presentation aids beyond those sufficient to present a complete and
N0002420R5500
Page 90 of 119
comprehensive written proposal will be included in enforcement of page count requirements.
Clarity is essential.
The Offeror shall demonstrate sufficient understanding, capability and experience to meet the
requirements. Offerors bear the burden of submitting a clear and unambiguous proposal that is fit
for evaluation. Offerors shall provide all information necessary to demonstrate their ability to
meet the requirements of the solicitation. Discussion of each factor in the proposal shall be selfcontained (i.e., data shall be organized to enable Government personnel to thoroughly evaluate
the proposal against specific factors established in Section M), and must be separated within each
volume by a side tab file divider.
2.3
PAPER SUBMISSION
Each volume shall be bound separately in three ring binders and shall not exceed the page
limitations cited above. Discussion of each factor and tab (when applicable) within a binder shall
be discrete, and shall be separated by a side tab file divider.
The Offeror’s company name, proposal number, and RFP number (N00024-20-R-5500) shall
appear at the top of each page in the header section (from left to right). The date of submittal,
page numbers and the corresponding electronic file name shall be placed on each page of the
proposal in the footer section (from left to right).
Revisions (including but not limited to FPRs) will only be received and considered at the specific
request of the Contracting Officer. Any pages revised must include the date of revision in the
place of the date of submittal, and shall also contain a revision number (e.g. 12 Dec 2017 Revision 1). Revisions shall be submitted in the form of change pages (allowing for substitution
of the entire page—front and back if used—where the revision is located).
The narrative material in each proposal shall be single spaced, typed or printed in Times New
Roman font with type no smaller than 12-point font. Paper, excluding foldout pages, shall be 8
1/2 x 11 inches with a minimum margin of 1 inch around the page. Any type contained within
tables, graphs, etc. shall not be smaller than 8-point Times New Roman font.
Foldout pages (Foldouts) may be used for charts and graphs where necessary to depict
organization, layout or implementation schedules. Foldouts shall be uncomplicated to preserve
clarity. Written text or tabular data, beyond that which is reasonably required for clarity should
not be included in the material presented on the foldout sheet. Foldouts shall fold entirely within
the volume and shall be limited in size to no more than 11 x 17 inches. Each foldout shall
contain printed material on only one side of the foldout. Each foldout page will be regarded as
two pages for page count purposes.
The following items will not be considered pages for the purposes of page count limitations
(but still shall conform to formatting requirements detailed herein):

Blank pages
N0002420R5500
Page 91 of 119





Cover letters
Table of Contents, Tables, and Figures
Glossary of Terms, Abbreviations, and Acronyms
Integrated Master Schedule
Technical Proposal Cross-reference Matrix
Only pages which count against page count limitations shall be numbered. Pages excluded from
page count limitations must contain only material pertinent to the page heading and the page
heading must clearly indicate the name of the item. Blank pages should be marked "Intentionally
Left Blank." Pages submitted which are not excluded from page count limitations, and which
exceed the page count limitations provided in Section 2.1--Table 1 (e.g. any pages following the
10th page of the past performance volume), will be removed and will not be evaluated.
Each submitted paper proposal page shall also include standard 2-3/4" center-to-center
holes positioned symmetrically at the top of each page (i.e. 2-hole file binder punch on
top edge).
2.4
ELECTRONIC SUBMISSION
Submitted electronic files shall not be compressed. Each Volume shall be submitted on a
separate CD/DVD, and a set of one CD/DVDs (one for each Volume) constitutes an electronic
copy of the proposal. Submission of one Master CD/DVD and four (4) CD/DVD copies of the
electronic proposal is required.
Included files shall be created/prepared using Microsoft Office 2010 compatible applications.
Spreadsheets, worksheets, and workbooks shall be prepared and submitted in Microsoft Excel
compatible format. Schedules shall be created and submitted using Microsoft Project compatible
applications. Graphics, photographs, and other data beyond the capability of Microsoft Office
2010 compatible applications may be submitted in Adobe Acrobat format. Submitted electronic
files shall be limited to the following extensions:
.docx Microsoft Word
.xlsx Microsoft Excel
.pptx Microsoft PowerPoint
.pdf Adobe Acrobat
.mmpx Microsoft Project
Pricing information for the supplies solicited here shall only be included within the Volume V
CD/DVDs.
Each submitted disc shall be labeled with the following:
i. “RFP N00024-20-R-5500”
ii. Date of submittal
iii. Volume number
N0002420R5500
Page 92 of 119
iv. Offeror name, address, and point of contact
v. Offeror point of contact phone number and electronic
mail address
Audio or video shall not be included on any submitted CD/DVDs. Inclusion of audio or video on
any submitted CD/DVD may result in the Offeror’s proposal being rejected, and may result in
the Offeror being determined ineligible for award.
Electronic spreadsheets shall not be compiled or password protected; and all cells and formulas
shall be visible, editable, and unprotected. Formulas shall be maintained in each Excel sheet to
permit verification of calculations, and revision of output(s) through variation of inputs(s).
Any tables contained within submitted narrative must be capable of being edited (i.e. not
embedded pictures or screenshots).
Submitted files shall not reference external data.
2.5
PROPOSAL SUBMISSION
Proposal submissions not conforming to submission requirements may not be evaluated, and
the Offeror may be determined ineligible for award.
All copies of all proposal volumes shall be submitted at or before the date and time in Block 9 of
the SF 33. Offeror’s must strictly comply with solicitation provision L-204- H002 SPECIAL
PROPOSAL RECEIPT REQUIREMENTS FOR WASHINGTON NAVY YARD (NAVSEA)
(OCT 2018), included below.
All proposals shall be marked as
follows:
COMMANDER
ATTN: Melissa Ramirez
NAVAL SEA SYSTEMS COMMAND SEA 02551
1333 ISAAC HULL AVENUE S.E.
WASHINGTON NAVY YARD, D.C. 20376
RFP: N00024-20-R-5500
DO NOT OPEN IN THE MAILROOM; CONTACT LCDR Justin Bennett ((202) 781-3872)
Classified Proposal Submission:
If the proposal contains classified information, it shall be classified no higher than
COLLATERAL SECRET and bound in a red binder if Secret or blue binder if Confidential.
No unclassified volume will be bound in a red binder. Specific pages and paragraphs that
contain proprietary information shall be indicated. Classification markings shall be in
accordance with the security classification guidance provided in attachments J-XX.
N0002420R5500
Page 93 of 119
Further guidance is provided by the DD Form 254 and the DoD 5220.22M NISPOM.
2.6
TECHNICAL DATA PACKAGE
It is anticipated a copy of the Attachment J-2 Technical Data Package (TDP) and items identified
in Attachment J-3 Government Furnished Information (GFI) will be required for an Offeror to
provide an acceptable proposal. Requests for a copy of the Attachment J-2 TDP and items
identified in Attachment J-3 GFI shall be sent via electronic mail, within twenty (20) calendar
days after issuance of this solicitation, to the Contracting Officer and designated Contract
Specialist using the forms attached as Attachment JS-1 and JS-2. In addition to submission of
Attachments JS-1 and JS-2 Offerors will also need to submit BOTH signed Terms of Use
Agreements under Attachments JS-3A and JS-3B. To obtain a copy of Attachment J-2 TDP and
Attachment J-3 GFI all required forms must include all requested information.
2.7
PROPOSAL CONTENT
To be considered for Leader, Offeror’s proposals must include the entire scope of work
contained in Sections A through J of this solicitation.
To be considered for Challenger, Offeror’s proposal must include the full maximum stepladder
quantities for the scope of work contained in Sections A through J for all the CLINs except
following:
0001
0004
0020
0021
0022
0023
1020
1021
1022
1023
2020
2021
2022
2023
3020
3021
3022
3023
4020
4021
4022
4023
N0002420R5500
Page 94 of 119
LEADER INSTRUCTIONS:
Offeror’s bidding for Leader shall follow all instructions within this section except for those
specifically indicated “CHALLENGER ONLY”. The Offeror shall include technical
information relevant for production up to the maximum Leader quantities of AN/SPY-6(V)
variants as specified in Section B. Any Offeror’s proposal that is submitted for the Leader role
but not selected will be evaluated for the Challenger role. The Offeror shall include information
regarding any differences in their Leader proposal if it were chosen as Challenger. The Offeror
shall separate Challenger difference information into different paragraphs or sections and clearly
identify that the information applies only if the Offeror is being considered for the Challenger
role.
CHALLENGER INSTRUCTIONS:
Offeror’s bidding for Challenger shall follow all instructions within this section, except for those
specifically indicated “LEADER ONLY”. Include technical information relevant for production
of AN/SPY-6(V) variants as specified in Section B and Price Volume.
2.7.1
TECHNICAL VOLUME (VOLUME I)
Volume I shall not include pricing information. Volume I of the submitted proposal shall include:
Cover Letter. See paragraph 2.2, above, for a discussion of the content requirements for the Cover
Letter.
Table of Contents, Tables, and Figures. See paragraph 2.2, above, for a discussion of the content
requirements for the Table of Contents, Tables, and Figures.
Glossary of Terms, Abbreviations, and Acronyms. See paragraph 2.2, above, for a discussion of
the content requirements for the Glossary of Terms, Abbreviations, and Acronyms.
Executive Summary. The Executive Summary shall summarize the Offeror’s specific knowledge,
experience, capability, and planned approach to satisfy the Government’s requirements. The
Offeror shall clearly indicate whether it is bidding for the Leader or Challenger role. Key
elements of the proposal shall be highlighted from the technical perspective.
Technical Proposal. The Offeror shall submit a Technical Proposal as outlined below that
demonstrates the credibility of its offer. To this end, the Technical Proposal Volume shall be
specific, detailed, and complete. Proposals shall include any block diagrams, flow diagrams,
sketches, drawings, schematics, and interface descriptions required to describe the Offeror's
proposed approach. The technical proposal must be sufficient to show how the Offeror proposes
to comply with the Government's requirements and include a full explanation of the methodology
and procedures to be followed. The technical proposal shall discretely address each of the
following (separated by side tab file dividers):
N0002420R5500
Page 95 of 119
Technical Volume Outline:
Tab A - Manufacturing Plan
Tab B - Configuration Management Plan
Tab C - Proposed Configuration Changes
Tab D - Test Plan
Tab E – Engineering and Production Support
Tab F - Program Management
Tab G - Sustainment and Life Cycle Support Plan
Tab H – Second Source Qualification Plan
Technical Proposal Cross-reference Matrix
Appendix A - Integrated Master Schedule – Leader
Appendix B - Integrated Master Schedule – Challenger
Tab A - Manufacturing Plan
The Offeror shall demonstrate specific knowledge, experience, and capability to perform all
tasks outlined in the SOW in Section C. The Offeror shall demonstrate their approach and plans
successfully fabricate the AN/SPY-6(V) hardware, to include tools, techniques, and methods it
intends to use to satisfy the requirements.
The Offeror shall provide a manufacturing plan and work flowchart, based upon the work
breakdown structure provided herein as Attachment J-S5. The Offeror’s manufacturing plan and
work flowchart shall demonstrate the Offeror’s ability to produce radar systems in accordance
with the Attachment J-2 TDP including all specifications and data contained in this solicitation.
The Manufacturing Plan shall contain sequence and schedule of events at contractor and
subcontractor levels that define use of materials, fabrications flow, test equipment, tools,
facilities, inspections, and personnel. The Offeror shall provide a description of the Offeror’s
system(s) for acquisition of material and material control, including the supply controls to
comply with the Program Protection Plan (Attachment J-XX). The Offeror shall describe the
extent and depth to which the Offeror’s production approach involves the use of Small Business,
HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Small
Disadvantaged Business and Women-Owned Small Business concerns to accomplish contract
requirements. The Offeror shall include major process activities and production metrics
(including rates and yields) in the manufacturing plan and work flowchart to meet production
requirements. The Offeror shall provide, by name, all subcontractors or suppliers it plans to
partner or team with for all of the components/technologies listed below, or to state explicitly that
it plans to build each major subsystem. The Offeror shall address the development, integration,
configuration management, and use of firmware within all applicable hardware items. The
Offeror shall describe availability of necessary assets including fixtures, software, physical plant
facilities, required production and test equipment, special test ranges or facilities and skilled
production, test and engineering support personnel needed to implement its manufacturing plan.
The Offeror shall identify any facility upgrades required to meet the requirements of the
program.
N0002420R5500
Page 96 of 119
The Offeror’s Manufacturing Plan shall specifically discuss the following
components/technologies:
 TRIMM LRU manufacturing, assembly, integration, and test
o MMIC and RF Head manufacturing, assembly, integration and test
 Distributed Receiver/Exciter (DREX) subsystem and LRUs manufacturing, assembly,
integration, test, and calibration
 Antenna structure assembly, integration, and test
 Radiating Element and Overlapped Beamformer manufacturing, assembly, and test
 RMA Chassis manufacturing, assembly, and test
 Overlapping Beamformer (OLBF), assembly, and test
 Digital Signal Processor (DSP) systems including Adaptive Digital Beamformer (ADBF),
assembly, integration, and test
 Data Processor, assembly, integration, and test
 AN/SPY-6(V)1 and 4 Fixed Weight Digital Beamformer (DBF), assembly, integration,
and test
 AN/SPY-6(V)2 and 3 Fixed Weight Digital Beamformer (DBF), assembly, integration,
and test
 AN/SPY-6(V)2 and 3 Prime Power Equipment (PPE), assembly, integration, and test
 AN/SPY-6(V)1 and 4 Cooling Equipment, assembly, integration, and test
 AN/SPY-6(V)2 and 3 Cooling Equipment, assembly, integration, and test
 AN/SPY-6(V)1 Main Power Distribution Unit (MPDU), assembly, integration, and test
 LEADER ONLY: AN/SPY-6(V)2 Rotation Platform including Barbette and Weather
Enclosure
The Offeror shall provide an assessment of each of the above components/technologies with
respect to challenges associated with achieving the necessary production quantities and how the
Offeror’s manufacturing plan and resources satisfy these challenges.
For the TRIMM LRU, the Offeror shall discuss the Offeror’s approach for manufacturing or
acquisition of RF Head Monolithic Microwave Integrated Circuits (MMICs), circulators, and
coldplates. The Offeror shall discuss their approach and experience with MMIC Surface Mount
Technology (SMT) manufacturing processes required for RF Head assembly. The Offeror shall
describe their approach and experience with non-hermetic environmental protection of RF Head
components. The Offeror shall describe their approach to assemble and integrate TRIMM LRUs
into the next level subassemblies (i.e. RMA).
For the DREX LRU, the Offeror shall discuss the Offeror’s approach for manufacturing or
acquisition of each DREX LRU, specially the Frequency Synthesizer (FS) LRU, Dual Channel
(DC) LRU, and the Auxiliary Power (AP) LRU. The Offeror shall discuss their approach and
experience with RF, high speed digital, and power conditioning/distribution manufacturing
processes at the PWB, CCA and LRU levels required for the DREX. The Offeror shall describe
their approach and experience with building and testing these assemblies to the very challenging
Phase Noise, SNR, Spurious, Video Harmonics, Clutter Attenuation, and Channel Pair
Cancellation-Ratio (CPCR) requirements in the TDP. The Offeror shall also describe their
N0002420R5500
Page 97 of 119
approach to assemble and integrate DREX LRUs into the next level subassemblies (i.e. RMA).
Tab B - Configuration Management Plan
The Offeror shall demonstrate specific knowledge, experience, and capability to perform all the
tasks outlined in the SOW in Section C. The Offeror shall explain its approach to manage
engineering changes and update production requirements as part of the configuration
management process outlined in Section C.
The Offeror shall discuss the Offeror’s plan to support the Government-chaired configuration
management process as defined in Section C, including engineering changes and variances in a
change management approach. The discussion should address both changes requested by the
Offeror, and changes ordered by the Government.
Tab C - Proposed Configuration Changes
The Offeror shall discuss all changes proposed to the Attachment J-2 TDP. The Offeror shall
provide technical detail on the benefits gained from the changes including cost, reliability, and
obsolescence. The Offeror shall not include cost data in this section but must address life cycle
cost impacts such as price scale factors, lower labor hours, combined efforts such as depot
maintenance, and other factors impacting cost. The Offeror shall provide a Bill of Materials
identifying all changed hardware items by part name, part number, quantity, and vendor in its
proposed system. The Offeror shall provide measured data for any proposed item not currently
listed in Attachment J-2 TDP by specific part number including but not limited to hardware,
firmware, software, vendors, and/or processes. Measured data shall demonstrate that form, fit,
and function requirements of the Attachment J-2 TDP are met. This documentation shall include
discussion of any impacts to other items and how those impacts maintain compliance to the form,
fit, and function requirements of the Attachment J-2 TDP. The Offeror shall address the pedigree
of the proposed items including use on other systems, level of integration and testing conducted,
MRL self-assessment, and TRL self-assessment.
Tab D - Test Plans
The Offeror shall demonstrate specific knowledge, experience, and capability to perform the test
tasks outlined in Section C. The Offeror shall explain its approach to accomplish the test plan
tasking.
The Offeror shall describe its approach and timelines, including a proposed test schedule for each
variant, for conducting first article and factory acceptance testing to ensure that production units
comply with the configuration, functional, and test requirements in this solicitation.
The Offeror shall describe how first article and factory acceptance testing will be implemented in
its facility. The Offeror shall address facilities, fixtures, software, and test equipment required to
successfully conduct first article qualification and factory acceptance testing. The Offeror shall
identify any testing requirements that cannot be performed in its present facility, and provide a
contingency plan to successfully test all such requirements.
N0002420R5500
Page 98 of 119
The Offeror shall assess the sufficiency of the First Article Qualification Test (FAQT) Plans and
Procedures (Attachment J-XX), Factory Acceptance Test Plans and Procedures (Attachment JXX), and all other test plans and procedures in the TDP. If the Offeror proposes deltas to these
plans and procedures, the Offeror shall describe those proposed deltas and include technical and
programmatic rationale for all changes.
The Offeror may submit a request for waiver of First Article Approval, which shall comply with
the requirements of solicitation provision M-209-H001, WAIVER OF FIRST ARTICLE
REQUIREMENTS (CONTRACTOR TESTING) - (NAVSEA) (OCT 2018)
Tab E - Engineering and Production Support
The Offeror shall demonstrate specific knowledge, experience, and capability to perform the
tasks outlined in the SOW in Section C. The Offeror shall explain its approach to accomplish the
engineering efforts to reduce risk to production.
The Offeror shall provide its plans to perform non-recurring engineering efforts under CLIN
0017 prior to or in parallel with hardware production. The plans shall address any and all efforts
to reduce risk to hardware production, including but not limited to: component/LRU/subsystem
qualification, proof-of-design (POD) or proof-of-manufacturing (POM) unit production and
testing, subsystem/LRU demonstrations, and other transition to production activities.
Tab F - Program Management
The Offeror shall demonstrate specific knowledge, experience, and capability to perform the
tasks outlined in the SOW in Section C. The Offeror shall demonstrate their approach and ability
to effectively manage all efforts under this contract.
The Offeror shall provide an overview of how the Offeror plans to manage the scope of the
contract and how the Offeror plans to use corporate plans, policies, and procedures. This
summary description shall include an overview of program organization, schedules, activities,
and facilities required to plan, execute, manage, and support the proposed system. The Offeror
shall depict the program organization to include the management team (identifying the proposed
Program Manager), including the Integrated Product Teams (IPTs)/Cross Product Teams (CPTs)
(identifying Contractor and/or Subcontractor IPT/CPT Leads), and the Government/contractor
technical and contractual interfaces planned.
If teaming or subcontracting is contemplated, Offerors shall provide the following:
(a) The proposed Subcontractors or team members;
(b) The portions of the contract Statement of Work that will be subcontracted or the planned
division of tasks within the team;
(c) Discuss agreements/arrangements with its teammates and/or subcontractors and why such
agreements will benefit the Government and aid the Contractor in achieving the requirements
and objectives of this effort and benefit the Government throughout the life of the contract;
(d) The extent (percentage) of subcontracting or the percentage division within the team;
N0002420R5500
Page 99 of 119
(e) The management structure for coordinating and controlling Subcontractors and/or team
members;
(f) Payment tracking; Points of contact; The sole bearer of ultimate responsibility for
performance
The proposal shall clearly demonstrate the Offeror's overall technical and management
competence to successfully complete the specified requirements by delineating the categories of
skills of management, administrative, engineering, technical, and other personnel to be assigned
to the contract. The Offeror shall also describe its experience levels, including previous related
active phased array radar, system and sub-system integration experience, performance based
logistics and sustainment experience, and experience on previous contracts similar in scope of
this solicitation. The Offeror shall describe how quality processes have positively or negatively
impacted performance in these past experiences and what lessons are proposed to be
incorporated in this effort.
Tab G - Sustainment and Life Cycle Support Plan (LEADER ONLY)
The Offeror shall demonstrate specific knowledge, experience, and capability to perform all
tasks outlined in the SOW in Section C paragraph 3.3. The Offeror shall explain its approach to
accomplish the tasking to include tools, techniques, and methods it intends to use to satisfy the
metrics defined in Section C paragraph 3.3.
The Offeror shall describe their proposed electronic inventory system to track metrics, provide
traceability, and provide total asset visibility. The Offeror shall explain how the Government will
be provided access and to what level of visibility and user rights/roles the Government will be
granted.
The Offeror shall describe availability and capacity of necessary assets including fixtures,
software, physical plant facilities, required production and test equipment, special test ranges or
facilities, and support personnel for the sustainment effort.
The Offeror shall describe their analysis approach and execution plan related to the procurement
of spares/inventory using the GFI sustainment model provided in attachment J-XX along with
any plans for modifications or updates based on Offeror risk assessment. The Offeror shall
consider GFE spares as part of this analysis approach and execution plan.
The Offeror shall describe how they will manage the fulfillment of requisitions and meet the
CRT, RFR and MaxCRT metrics.
The Offeror shall describe their overall sustainment repair process. The Offeror shall include all
descriptions of steps required from receipt of requisition to determining ready for issue or
beyond economical repair. The Offeror shall include descriptions of accepting carcasses,
performing initial inspection, determining root cause corrective action and verification and all
other proposed steps in the Offeror’s process. The Offeror shall provide a visual depiction of the
process with supporting notes and descriptions as required.
N0002420R5500
Page 100 of 119
The Offeror shall describe how flexible their overall sustainment approach is to changes in
production profile and fielding plans. The Offeror shall provide sensitivity analysis addressing
demand changes from fielded assets (i.e. deviations from the Design Reference Mission Profile
(DRMP), included in the GFI Sustainment Model). For the purposes of this Draft Solicitation,
the description of the DRMP for a single ship at sea in one (1) year is nine (9) 20-day missions
(476 operating hours plus 4 hours scheduled maintenance) or 180 days (4,320 operating hours
per year).
The Offeror shall describe their plan to work with the Challenger to ensure a transparent and
collaborative sustainment effort including both FRACAS and DMSMS programs.
Tab H - Second Source Qualification Plan
The Offeror shall describe its plan to qualify second sources for the RMA LRUs as described in
Section C 3.4. The plan shall begin with how the Offeror will survey industry and compete
potential second sources, including criteria for choosing second sources. The plan shall provide
details regarding schedule and execution of qualification of the second source, including
anticipated development of POD/POM hardware and levels of testing necessary to qualify the
LRUs. The plan shall indicate what interaction the Offeror plans to have with the chosen second
source as well as what insight and interaction will be provided to the Government in execution.
Technical Proposal Cross-reference Matrix
The Offeror shall submit a Cross Reference Matrix (CRM) for the Technical Volume, similar to
the example below, to help ensure that all solicitation requirements are addressed and to facilitate
the evaluators’ review of the Offeror’s proposal. The CRM should be a single integrated matrix
and cross-reference the proposal volumes and paragraphs to specific RFP requirements, as well
as other parts of the proposal that contain relevant information. The Offeror’s CRM may be
identical to the example below or revised such as to add columns to indicate the page number on
which information may be found, identify where other relevant information in the proposal is
located, or provide other comments. The CRM does not count against any of the proposal page
limitations.
EXAMPLE OF A CROSS REFERENCE MATRIX (CRM)
Government SOW
Section C, 4.5
Offeror’s Proposal Reference
<Provide reference to the
page/paragraph in the Offeror’s
Proposal>
CLIN Reference
0001, 0002, 0003, 0004
Appendix A - Integrated Master Schedule (Leader)
The Offeror shall provide an IMS in Microsoft Project with all data editable and accessible as
Appendix A to Volume I that covers all CLIN efforts at the maximum quantities. Appendix A
N0002420R5500
Page 101 of 119
will not be included in the page count for the Technical Proposal. The schedule shall clearly
identify activity for each subsystem including transition to production activities, assembly, test,
and delivery. The IMS shall include identification of Critical Paths.
Appendix B - Integrated Master Schedule (Challenger)
The Offeror shall provide an IMS in Microsoft Project with all data editable and accessible as
Appendix B to Volume I that covers all Challenger CLIN efforts at the maximum quantities
possible for award in accordance with Section B, Note A, Option Exercise. Appendix B will not
be included in the page count for the Technical Proposal. The schedule shall clearly identify
activity for each subsystem including for at a minimum transition to production activities,
assembly, test, and delivery. The IMS shall include identification of Critical Paths.
2.7.2 DATA RIGHTS VOLUME (VOLUME II)
Volume II shall not include pricing information. Volume II of the submitted proposal shall
include:
Cover Letter. See paragraph 2.2, above, for a discussion of the content requirements for the Cover
Letter.
Table of Contents, Tables, and Figures. See paragraph 2.2, above, for a discussion of the content
requirements for the Table of Contents, Tables, and Figures.
Glossary of Terms, Abbreviations, and Acronyms. See paragraph 2.2, above, for a discussion of
the content requirements for the Glossary of Terms, Abbreviations, and Acronyms.
Data Rights Proposal: Do not include cost or price information in this volume. The Data Rights
Volume shall define how the Offeror will offer data rights for the work required by this
solicitation. It shall describe in detail the proposed rights for hardware, software, and interfaces
to be developed as required by this solicitation.
The Government desires at least a Government Purpose Rights (GPR) license (as defined in
DFARS 252.227-7013 and DFARS 252.227-7014) in all noncommercial technical data (TD), in
all noncommercial computer software (CS), and in all noncommercial computer software
documentation (CSD). If the Offeror proposes to deliver commercial TD/CS/CSD, it is the
Government's desire to obtain a license to the commercial TD/CS/CSD that would grant the
Government the equivalent of a Government Purpose Rights license. Any restrictions on the
Data Rights offered (7017 list, 7028 list, and/or Supplemental Information-Noncommercial
Technical Data, Noncommercial Computer Software, Noncommercial Computer Software
Documentation) shall be provided as attachments to the Data Rights Volume and will become
Attachments J-6, J-7, and J-8 to the Contract. The Government will evaluate the degree to which
the proposal meets the Government's desired level of rights in TD, CS, and CSD and enables the
Government to adequately sustain the end item deliverables over their lifecycle including for
maintenance, repair and upgrade. The Offeror shall describe how they will support the
Government's desired level of rights with respect to noncommercial TD, CS, and CSD.
N0002420R5500
Page 102 of 119
In the event an Offeror proposes to deliver any commercial or noncommercial TD/CS/CSD with
less than such rights as desired by the Government, the Government will evaluate the adverse
impact on the Government's ability to use, modify, release, or disclose such TD, CS, or CSD.
Further, the Government will consider the adverse impact of less than Government Purpose
Rights license in the best value determination. The data rights offered shall be incorporated into
the successful Offeror's contract upon award. The Offeror shall provide the following
information as attachments to its offer:
Rights In Noncommercial TD, Noncommercial CS, and Noncommercial CSD:
7017 Assertions List:
The Offeror shall list all noncommercial TD, CS, and CSD that it asserts will be
delivered with other than an unlimited rights license. Specific instructions and
requirements concerning this list are set forth in the DFARS 252.227-7017 provision
incorporated at Section K of this solicitation. If the Offeror does provide assertions, this
paragraph shall also serve as the Contracting Officer's request for the Offeror to submit
evidence and information to evaluate and validate the listed assertions. Additionally, if
there is no TD, CS, or CSD to be identified in the 7017 list, the Offeror shall submit the
list and enter "None" in the body of the list. If the Offeror is awarded a contract, the 7017
List shall be incorporated into the contract as Attachment J-XX.
7028 Assertions List:
The Offeror shall list all noncommercial TD, CS, and CSD that it intends to deliver with
other than an unlimited rights license and that are identical or substantially similar to
noncommercial TD, CS, or CSD that the Offeror has delivered to, or is obligated to
deliver to, the Government under any contract or subcontract. Specific instructions and
requirements concerning this list are set forth in the DFARS 252.227-7028 provision
incorporated at Section K of this solicitation. Additionally, if there is no TD, CS, or CSD
to be identified in the 7028 list, the Offeror shall submit the list and enter "None" in the
body of the list. If the Offeror is awarded a contract, the 7028 List shall be incorporated
into the contract as Attachment J-XX.
Supplemental Information Statement:
The Offeror shall include in its offer a statement entitled "Supplemental InformationNoncommercial Technical Data, Noncommercial Computer Software, Noncommercial
Computer Software Documentation" (the statement) that, for each item of noncommercial
TD, CS, or CSD that the Offeror asserts should be delivered with a specificallynegotiated license rights license (as discussed at DFARS 252.227-7013 and/or DFARS
252.227-7014), sets forth a complete description of all such proposed restrictions on the
Government's ability to use, modify, release, perform, display, or disclose such TD, CS,
or CSD. This information shall be provided by referencing and delivering any and all
proposed license agreements that are attached to the statement. The Offeror shall submit
N0002420R5500
Page 103 of 119
the statement dated and signed by an official authorized to contractually obligate the
Offeror. If there is no information to be included in the statement, the Offeror need not
submit the statement. If the Offeror is awarded a contract, any statement provided will be
incorporated into the contract as Attachment J-XX.
Rights In Commercial TD, Commercial CS, and Commercial CSD:
Commercial Restrictions List:
The Offeror shall submit a list entitled "Commercial Technical Data, Commercial
Computer Software, and Commercial Computer Software Documentation-Government
Use Restrictions" (the Commercial Restrictions List), that the Offeror (including its subOfferors or suppliers, or potential sub-Offerors or suppliers, at any tier) intends to deliver
with other than an unlimited rights license. The list shall include: (1) identification of the
TD, CS, or CSD; (2) basis for asserting restrictions; (3) asserted rights category; and (4)
name of the person asserting restrictions. For any item designated as NDI, the Offeror
shall provide details of the Agency and level therein that paid for development and the
contract number(s) and dates wherein payments were received. For each entry in the list
citing an asserted rights category other than the standard license rights applicable to
commercial TD and CSD as set forth in the DFARS 252.227-7015 clause, the Offeror
shall provide a complete description of the asserted rights license (e.g., a specially
negotiated license, or the license customarily offered to the
public); this information may be provided by referencing any proposed nonstandard or
commercial license agreement that is attached to the list, but in all cases, the non-standard
or commercial license must be attached for the Government to review. The non-standard
or commercial licenses attached to the list are exempt from the page count limitation of
this volume. The Offeror shall submit the Commercial Restrictions List as an attachment
to its offer, dated and signed by an official authorized to contractually obligate the
Offeror. If there is no information to be included in the Commercial Restrictions List, the
Offeror shall submit the list and enter "None" in the body of the list. If the Offeror is
awarded a contract, the Commercial Restrictions List shall be incorporated into the
contract as Attachment J-9.
2.7.3
PAST PERFORMANCE VOLUME (VOLUME III)
Volume III shall not include pricing information. Volume III of the submitted proposal shall
include:
Cover Letter. See paragraph 2.2, above, for a discussion of the content requirements for the Cover
Letter.
Table of Contents, Tables, and Figures. See paragraph 2.2, above, for a discussion of the content
requirements for the Table of Contents, Tables, and Figures.
Glossary of Terms, Abbreviations, and Acronyms. See paragraph 2.2, above, for a discussion of
the content requirements for the Glossary of Terms, Abbreviations, and Acronyms.
N0002420R5500
Page 104 of 119
Past Performance Proposal: The Government will evaluate the Offeror’s past performance. The
Government may also evaluate the past performance of an Offeror’s subcontractors. In the
investigation of an Offeror’s past performance, the Government reserves the right to contact
former customers and Government agencies, as well as consult other private and public sources
of information. The Government may use past performance information obtained from sources
other than the sources identified. The Government will also assess the role subcontractors have
played in contributing to the success and/or failure of the Offeror, and to what extent the past
performance of proposed subcontractor has contributed to an Offeror’s past performance
evaluation.
The Offeror shall describe its past performance on directly related or similar contracts it has held
within the last three (3) years, which are of similar scope, magnitude, and complexity to that
which is detailed in this RFP. The Offerors that describe similar contracts shall provide a detailed
explanation demonstrating the similarity of the contracts to the requirements of the RFP. The
Offeror shall provide the following information regarding its past performance:
a) Contract number(s)
b) Name and reference point of contact at the federal, state, or local Government, or commercial
entity for which the contract was performed
c) Dollar value of the contract
d) Detailed description of the work performed,
e) Names of subcontractor(s) used, if any, and a description of the extent of work performed by
the subcontract(s),
f) Ability to meet cost, schedule, and technical requirement,
g) The number, type, and severity of any quality, delivery, or cost problems in performing the
contract, the corrective action taken, and the effectiveness of the corrective action.
The Offeror shall provide information which depicts their depth of past performance and
qualification under contracts which have helped to establish their management and technical
capability for the scope of work and variety of skill categories and manning levels proposed to
perform the work consistent with the size and scope of producing and sustaining AN/SPY-6(V)
radar systems. The Offeror shall also provide information for all subcontractors whose total
subcontract price (inclusive of all options) is greater than or equal to $12,500,000 (hereinafter
“major subcontractors”).
The Offeror shall provide information on past performance for all major subcontractors with a
minimum of one page of discussion for each major subcontractor. Past performance information
for major subcontractors will not count towards the page limit for Volume III.
Offerors may submit past performance information for work performed as a major subcontractor,
work performed as part of a team or joint venture, and other previous reincarnation of its current
organization.
2.7.4 ENERGY VOLUME (VOLUME IV)
N0002420R5500
Page 105 of 119
Volume IV shall not include pricing information. Volume IV of the submitted proposal shall
include:
Cover Letter. See paragraph 2.2, above, for a discussion of the content requirements for the Cover
Letter.
Table of Contents, Tables, and Figures. See paragraph 2.2, above, for a discussion of the content
requirements for the Table of Contents, Tables, and Figures.
Glossary of Terms, Abbreviations, and Acronyms. See paragraph 2.2, above, for a discussion of
the content requirements for the Glossary of Terms, Abbreviations, and Acronyms.
Energy Proposal: The Offeror shall provide details of how the energy efficiency of the OEM
design will be maintained or improved through the Offeror’s production and test processes. The
Offeror shall address how power testing will verify compliance with MIL-STD-1399 and other
power requirements of the system and show how power efficiency performance metrics are
maintained. The Offeror shall address any other aspects of its proposed approach that affects
power efficiency.
2.7.5 PRICE VOLUME (VOLUME V)
Volume V of the proposal is the only volume which may include pricing information, and shall be
used to evaluate Total Evaluated Price (TEP). Offered pricing shall be entered on Section B of
the submitted Standard Form (SF) 33. Only pricing entered on Section B of the SF 33 will be
considered when determining the Total Evaluated Price.
Volume V of submitted proposals shall include:
Letter of Transmittal. See paragraph 2.2, above, for a discussion of the content requirements for
the Letter of Transmittal.
Table of Contents, Tables, and Figures. See paragraph 2.2, above, for a discussion of the content
requirements for the Table of Contents, Tables, and Figures.
Glossary of Terms, Abbreviations, and Acronyms. See paragraph 2.2, above, for a discussion of
the content requirements for the Glossary of Terms, Abbreviations, and Acronyms.
First Article Test Waiver Justification. Waiver justification shall only be included if an Offeror is
providing both an “OFFER A” and “OFFER B”.
Standard Form 33, “Solicitation, Offer, and Award” (SF 33). The SF 33(s) must be completed
entirely by the Offeror. Common mistakes include: (1) failing to complete all of blocks 12-18 on
the first page, (2) failing to list pricing for all Contract Line Items (CLINs) and stepladder
quantities in Section B, and (3) failing to fully complete SF 33, Section K. If an Offeror is
seeking a waiver of first article test requirements, the SF 33s shall include a separate coversheet
N0002420R5500
Page 106 of 119
that clearly identifies the offer (“OFFER A” or “OFFER B”).
To be considered for award, the Offeror must insert 270 days in Block 12 of the SF 33 to ensure
adequate time for proposal evaluation and contract award.
If the Offeror’s Representations, Certifications, and Other Statements of Offerors are available,
active, and valid in the System for Award Management (SAM) (https://www.sam.gov); the
Offeror may reference them in the Letter of Transmittal and decline to complete the portions of
Section K of the SF 33 which are already present in SAM. The Offeror bears the burden of: (1)
ensuring all information referenced in SAM is current accurate, and complete; and (2) ensuring
any necessary information not present in SAM is provided within the Offeror’s proposal.
Changes to any portion of the SF 33 not specifically requiring the input of information by the
Offeror are prohibited. Red-lines, strikethroughs, additions, deletions, or any other changes
not specifically required will be considered conditional agreement with solicitation terms,
conditions, and provisions. An Offeror’s proposal which changes any portion of the SF 33
not specifically requiring the input of information by the Offeror may be rejected, and the
Offeror furnishing the proposal may be determined ineligible for award.
Contract Data Requirements Estimated Price List. Offerors shall complete Blocks 17
and 18 for all Exhibit A CDRLs and include within Volume V of their proposal.
Small Business Subcontracting Plan. See solicitation provision, L-219-H001 SMALL BUSINESS
SUBCONTRACTING PLAN (NAVSEA) (JAN 2019), included below. For all large businesses,
the Small Business Subcontracting Plan called for in the provision shall be submitted with
Volume V. The Small Business Subcontracting Plan will be reviewed for compliance and
adequacy for purposes of making a responsibility determination. See L-219-H001 for additional
requirements. Offerors must meet the congressionally mandated goals for each small
business concern type (small business, small disadvantaged business, woman-owned small
business, service-disabled veteran-owned business, etc.) or provide substantiating evidence
that meeting a particular goal is not feasible in the Small Business Subcontracting Plan.
Contractor Award Information. Offerors shall complete Attachment J-S4 and attach within
Volume V of their proposal.
2.8
OFFEROR QUESTIONS
Communications regarding this solicitation with any Government personnel other than the point
of contacts listed above are strictly prohibited. Communications regarding this solicitation with
any Government personnel other than the point of contacts listed above may result in the Offeror
being determined ineligible for award.
Offerors may submit written questions using Attachment J-S7, Question Submittal Form, with the
subject line:
“N00024-20-R-5500: Offeror Question”
N0002420R5500
Page 107 of 119
Questions shall be sent via electronic mail to the Contracting Officer and designated Contract
Specialist. Only questions submitted using the provided .xlsx file attachment (attached to an
electronic mail message addressed to the Contracting Officer and designated Contract Specialist)
will be answered. Multiple questions may be submitted per .xlsx file by adding a row for each
question.
If citing a document in a submitted question, the specific document name, document date, page,
paragraph, clause or other definitive citation requiring clarification must be included. It is
anticipated all questions and responses will be distributed to all Offerors via solicitation
amendment(s) published to the GPE.
Offerors are encouraged to submit questions that do not contain any information specific to the
Offeror (and/or address anything believed to be proprietary in nature). If an Offeror believes a
question is necessary that addresses a subject that is specific to the Offeror (and/or addresses
anything believed to be proprietary in nature), the inquiry must be marked accordingly by the
submitter, and submitted in a separate electronic mail message (i.e. do not bundle Offerorspecific questions with non-Offeror-specific questions). Only emails containing the following in
the subject line will be considered:
"N00024-20-R-5500 Offeror Question OFFEROR SPECIFIC QUESTION"
If the Government concurs with this identification, the Government may either: (1) respond only
to the submitter, or
(2) decline to answer the question. If the Government does not concur with the Offeror’s
identification of any submitted question, we will inform the submitter of this non-concurrence.
Only written questions, submitted following the instructions above, will receive a response.
It is the responsibility of the Offeror to ensure all questions are received by the Government, and
offerors are encouraged to contact the Contracting Officer and designated Contract Specialist by
electronic mail if a confirmation is not received within five calendar days.
The Government commits to respond to all questions received within twenty (20) calendar days
after issuance of this solicitation. The Government will continue to accept questions up to the
closing time of the solicitation; however, time may not permit responses to questions received
after the twenty (20) day period.
CLAUSES INCORPORATED BY FULL TEXT
L-204-H002 SPECIAL PROPOSAL RECEIPT REQUIREMENTS FOR WASHINGTON NAVY YARD
(NAVSEA) (OCT 2018)
(a) NAVSEA HQ is located at the Washington Navy Yard (WNY) where access is strictly limited in accordance
with Naval District Washington (NDW) security regulations. It is recommended that proposals be mailed in
N0002420R5500
Page 108 of 119
accordance with RFP instructions. In the event you prefer to hand carry your proposal, ensure adequate time has
been allowed by your representative to accommodate the additional security procedures. Detention at a NDW gate
or failure to adhere to the procedures provided herein will not be considered an exception to timely proposal
delivery as addressed in FAR 52.215-1, Instructions to Offerors – Competitive Acquisitions.
(b) Offerors hand carrying proposals shall call the Contracting Officer or Contract Specialist at least 48 hours prior
to arriving at the WNY to make arrangements. Offerors with proper credentials (Common Access Card (CAC)) can
enter the WNY via any accessible turnstile; other offerors must go to the O Street Gate, WNY Pass Office, where
they will need to be sponsored onto the installation by a Government representative of the Contracting
Officer. Offerors driving onto the WNY must fully comply with NSAWINST 5560.1C. Packages should not be
sealed as they are subject to inspection. Classified material shall be prepared in accordance with current security
requirements. The Contracting Officer or Contract Specialist may receive the proposal and provide the offeror a
receipt with the time and date of delivery.
(c) All offerors shall mark each RFP package with the name of the Contracting Officer and the Contract Specialist,
their codes and phone numbers. In the event you have not been provided with this information contact the person
listed in Block 10 of the SF 33.
(End of provision)
L-209-H009 NOTIFICATION OF POTENTIAL ORGANIZATIONAL CONFLICT(S) OF INTEREST (NAVSEA)
(DEC 2018)
(a) Offerors are reminded that certain existing contractual arrangements may preclude, restrict or limit participation, in
whole or in part, as either a subcontractor or as a prime contractor under this competitive procurement. Of primary
concern are those contractual arrangements in which the Offeror, if the awardee of the contract under this solicitation,
would provide support to AN/SPY-6 Design Agent, or related laboratories (if applicable), in support of operation of the
office or any of its programs. General guidance may be found in FAR 9.505; however, this guidance is not all
inclusive. The Offeror's attention is directed to the "Organizational Conflict of Interest" (or similar) text which may be
contained in current or completed contract(s) which prohibits the prime or subcontractor from providing certain supplies
or services to the Government as described above during the period of the current "support" contract(s) or for a period
after completion of the "support" contract(s). Notwithstanding the existence or non-existence of an Organizational
Conflict of Interest (OCI) clause or similar text in current or completed contract(s), the offeror shall comply with FAR
9.5 and identify whether an OCI exists or there is potential for an OCI and not rely solely on the presence of an OCI text
(b) If a potential conflict of interest exists at any tier, each potential prime offeror shall notify the Contracting
Officer within 14 days of the date of this solicitation. The Offeror shall provide: (1) the contract number and name
and phone number of the Contracting Officer for the contract which gives rise to a potential organizational conflict
of interest; (2) a copy of the requirement; (3) the statement of work (or technical instruction) from the existing
contract; (4) a brief description of the type of work to be performed by each subcontractor under the competitive
procurement; and (5) any additional information the Contracting Officer should consider in making a determination
of whether a conflict of interest exists. The Government may independently verify the information received from
the offeror. Notwithstanding the above, the Government reserves the right to determine whether a conflict of
interest exists based on any information received from any source.
(c) The Government will notify an offeror of any conflict of interest within 14 days of receipt of all required
information. Those offerors deemed to have a conflict of interest may be ineligible for award under this
solicitation. An Offeror’s failure to provide the information in a timely manner does not waive the Government's
rights to make a conflict of interest determination. The offeror is notified that if it expends time and money on
proposal preparation, such expenditure is at its own risk that the Government will not determine that an
organizational conflict of interest exists.
(d) Any potential prime contractor which proposes a subcontractor later determined to have a conflict of interest
N0002420R5500
Page 109 of 119
and deemed ineligible to participate in the current competition, may not be granted the opportunity to revise its
proposal to remove the ineligible subcontractor. The Government reserves the right to determine which offerors
remain in the competitive range through the normal source selection process.
(e) If the offeror determines that a potential organizational conflict of interest does not exist at any tier, the offeror
shall include a statement to that effect in its response to this solicitation.
(End of provision)
L-219-H001 SUBMISSION OF SMALL BUSINESS SUBCONTRACTING PLAN (NAVSEA) (JAN 2019)
Offeror shall submit as part of its proposal a subcontracting plan in accordance with the clause entitled "Small Business
Subcontracting Plan" (FAR 52.219-9) (Deviation 2018-O0018). The plan shall include a five percent (5%) goal for
small disadvantaged business concerns or a detailed explanation as to why the goal cannot be included in the plan.
(End of provision)
N0002420R5500
Page 110 of 119
Section M - Evaluation Factors for Award
SECTION M
GENERAL INFORMATION
1.0 GENERAL
The Government intends to select up to one (1) Leader Offeror and one (1) Challenger Offeror
on the basis of its proposal providing the “best value” to the Government. The Government also
reserves the right to select a single Leader Offeror on the basis of its proposal providing the “best
value” to the Government. “Best Value” means the expected outcome of an acquisition that, in
the Government’s estimation, provides the greatest overall benefit(s) in response to the
requirement. The Offeror is advised that the proposal(s) meeting the solicitation requirements
with the lowest price may not be selected for an award if award to a higher priced Offeror(s) is
determined to be more beneficial to the Government.
2.0 EVALUATION PROCESS
2.1 The Government intends to award up to one (1) Leader contract and up to one (1) Challenger
contract resulting from this solicitation to the responsible Offeror(s) whose proposal(s)
represents the best value after evaluation, in accordance with the solicitation. The Government
reserves the right to award a single Leader contract. The Government reserves the right to hold
discussions; however, award is intended to be based upon the initial offer. Therefore, the
Offeror’s initial proposal should contain the Offeror’s best terms from a cost or price and
technical standpoint. The Government reserves the right to conduct discussions if the
Contracting Officer later determines them necessary. If the Contracting Officer determines that
the number of proposals that would otherwise be in the competitive range exceeds the number at
which an efficient competition can be conducted, the Contracting Officer may limit the number
of proposals in the competitive range to the greatest number that will permit an efficient
competition among the most highly rated proposals. Any compliant Leader proposal that is not
selected for the Leader contract will be used for evaluation of the Challenger role for the
applicable Challenger CLINs stated in Section L paragraph 2.7.
2.2 All proposals will be evaluated for compliance with the terms, conditions, and requirements
set forth in the solicitation. Failure to address each of the areas identified in Section L in the
proposal may impact the resulting evaluation ratings and risk assessment. Best value tradeoff
analysis will not be performed for any offeror who receives an unacceptable rating for any factor
and award will not be made to any offeror whose proposal is deemed unacceptable in any factor.
Subjective judgment on the part of the Government evaluators is implicit in the entire process.
2.3 FAR Part 9.103(a) states that purchases shall be made from, and contracts shall be awarded
to, responsible contractors only. FAR Part 9.103(b) stipulates that no purchase or award shall be
made unless the contracting officer makes an affirmative determination of responsibility. In
making a responsibility determination, the standards at FAR 9.104-1 will be considered. The
Contracting Officer reserves the right to request adequate evidence of responsibility on the part
N0002420R5500
Page 111 of 119
of the Offeror or any proposed subcontractor; communications with Offerors regarding
responsibility issues may take place at any time during the proposal evaluation process.
2.4 If an Offeror identifies a conflict of interest in accordance with L-209-002 NOTIFICATION
OF POTENTIAL ORGANIZATIONAL CONFLICT(S) OF INTEREST (NAVSEA) (DEC
2018) a mitigation plan shall be submitted as Annex 1 under Volume V and will be evaluated by
the Government. If the proposed mitigation plan is ultimately deemed unacceptable, the Offeror
will be ineligible for award.
3.0 BASIS FOR AWARD
3.1. The Government intends to award up to (1) Leader and up to one (1) Challenger contract to
the responsive and responsible Offeror(s) whose proposal(s) represents the best value to the
Government based on consideration of the factors in Section M of this Solicitation.
3.2. The Government intends to select up to one (1) Leader Offeror and up to one (1) Challenger
Offeror on the basis of its proposal providing the “best value” to the Government, all factors
considered. The award decision(s) will be determined based on the Government’s evaluation
of each Offeror’s complete proposal against the evaluation factors identified below. The
Government reserves the right to award a single Leader contract to the Offeror whose proposal
demonstrated the best overall value to the Government based on the factors described herein.
Best value means the expected outcome of an acquisition that, in the Government’s estimation,
provides the greatest overall benefit in response to the requirement (FAR 2.101).
In making the award determination, the Government is more concerned with superior technical
merit based on the non-cost factors at a reasonable cost or price than with making an award to
the Offeror(s) with the lowest proposed cost/price. Accordingly, the Government may be willing
to pay a reasonable premium for a contract offering superior technical merit.
3.3. In order to select the successful Offeror(s), the Government will compare Offeror’s
proposals in three (3) detailed steps . Both the Leader and Challenger comparisons will trade off
differences in technical merit based on the non-cost factors and Total Evaluated Price (TEP).
In step one (1), the Government will conduct a best value trade-off evaluation of the proposals
submitted for the Leader position. A TEP may not be developed and best value analysis will not
be performed for any Offerors who are unacceptable in any factor or marginal in Factor 1. An
award will not be made to any Offeror who is unacceptable in any factor or marginal in Factor 1.
Once a Leader is selected, the Government will move to step two (2) by creating a Challenger
pool from all unsuccessful Leader bidders and all Challenger bidders. In this step, the
Government will conduct a premium comparison of the selected Leader to all bidders in the
Challenger pool. The Government will determine the competitive range for the Challenger role
and eliminate those in the Challenger pool not assessed within the competitive range. The result
of this step may be that the Government makes the decision to award a single contract to the
Leader.
N0002420R5500
Page 112 of 119
If, as a result of step (2), the Government intends to award both a Leader and a Challenger, The
Government will move to step (3) and evaluate and any remaining Challengers assessed by the
Government as within the competitive range via best value trade-off based on the factors
described within the solicitation.
The Government reserves the right to award the Leader and Challenger contracts at different
times.
3.4. In making its best value determination, the Government will consider the relative importance
of the non-price factors, as set forth below:




Technical (Factor 1)
Data Rights (Factor 2)
Past Performance (Factor 3)
Energy (Factor 4)
Factor 1 and Factor 2 are approximately equal in importance. When combined, Factors 1 and 2
are significantly more important than the Total Evaluated Price, but, as competing proposal
approach equality in the non-cost factors, TEP will increase in importance. Factors 3 and 4 are
rated acceptable/unacceptable.
DESCRIPTION OF EVALUATION FACTORS
Factor 1: Technical Approach (Volume I)
Tab A - Manufacturing Plan
The Government will evaluate the degree to which the proposal demonstrates specific
knowledge, experience, capabilities, and approach to perform the tasks outlined in Section C.
The Government will evaluate the degree to which the Offeror addressed all content required by
Section L. The Government will evaluate the approach and plans to successfully fabricate the
AN/SPY-6(V) hardware. The Government will evaluate whether the manufacturing plan meets
all requirements to build the AN/SPY-6(V) variants according to the Attachment J-XX TDP
provided with this solicitation. The Government will evaluate how well the Offeror’s plan
addresses schedule and challenges in the manufacturing and inspection processes for the
associated Leader and Challenger AN/SPY-6(V) variants. In addition, the Government will
evaluate adequacy and completeness of the manufacturing efforts proposed by the Offeror. The
Offeror will be evaluated on completeness and understanding of components/technologies
identified in Section L. Additionally, the Offeror will be evaluated on its understanding of the
specific challenges associated with producing TRIMM and DREX LRU hardware as well as
assembling this hardware into next level subsystems.
Tab B - Configuration Management Plan
The Government will evaluate the degree to which the proposal demonstrates specific
N0002420R5500
Page 113 of 119
knowledge, experience, capabilities, and approach to perform the tasks outlined in Section C.
The Government will evaluate the degree to which the Offeror addressed all content required by
Section L. The Offeror will be evaluated on its ability to address engineering changes and
update production requirements as part of the configuration management process outlined in
Section C Statement of Work. The Government will assess clarity, completeness, and
transparency of the Offeror’s proposed plan. The Government will assess any examples cited
for relevance to the efforts outlined in this solicitation along with the impacts those examples
would present to these efforts. The Government will assess how well the Offeror’s plan is
inclusive of the Leader, Challenger, Design Agent, and Government in terms of transparency,
timeliness, and decision making.
Tab C - Proposed Configuration Changes
The Government will evaluate the degree to which the Offeror addressed all content required by
Section L. Any exceptions to the Attachment J-2 TDP must be addressed in the Technical
Proposal. Any proposed item not currently listed in the Attachment J-2 TDP by specific part
number will be evaluated by review of measured data to confirm the form, fit and function
requirements of the TDP are met. The Offeror alone bears the burden of submitting sufficient
measured data to demonstrate that its proposed non-TDP item(s) meet(s) the form, fit, and
function requirements of the TDP. Failure to provide sufficient data to demonstrate that a
proposed non-TDP item meets the form, fit, and function requirements of the TDP may result in
an evaluation finding of increased technical risk, and could ultimately result in a determination
that the Offeror’s technical approach is unacceptable. The Government will also evaluate the
level of benefit to cost, reliability, and obsolescence of the proposed updates. If the
Government determines that the result of the proposed changes would negatively impact cost or
reliability, or that the obsolescence claims are incorrect, it may assess increased technical risk
and could ultimately result in a determination that the Offeror’s technical approach is
unacceptable.
Tab D - Test Plan
The Government will evaluate the degree to which the proposal demonstrates specific
knowledge, experience, capabilities, and approach to perform the tasks outlined in Section C.
The Government will evaluate the degree to which the Offeror addressed all content required by
Section L. The Government will evaluate the adequacy and completeness of the Offeror’s test
plans. The Offeror’s proposal will be evaluated to determine the Offeror’s ability to execute First
Article Qualification and Factory Acceptance Testing to ensure production units comply with the
configuration and functional requirements specified in the solicitation. The Government will
evaluate the adequacy of the test assets, facilities, and processes as part of the test plan. The
Government will evaluate the Offeror’s plans for integration, test, and calibration of AN/SPY6(V) arrays through Near Field Range testing. The Offeror will be evaluated on its demonstrated
understanding of all aspects of associated plans and procedures as set forth in its proposal.
If a request for waiver of First Article Qualification Approval is submitted, the Offeror will be
evaluated on compliance with the requirements of solicitation provision M-209-H001, WAIVER
OF FIRST ARTICLE REQUIREMENTS (CONTRACTOR TESTING)—BASIC (NAVSEA)
N0002420R5500
Page 114 of 119
(OCT 2018).
Tab E – Engineering and Production Support
The Government will evaluate the degree to which the proposal demonstrates specific
knowledge, experience, capabilities, and approach to perform the tasks outlined in Section C.
The Government will evaluate the degree to which the Offeror addressed all content required by
Section L. The Government will evaluate all engineering efforts proposed by the Offeror to
reduce risk to production. The Government will assess the completeness and adequacy of each
proposed effort and its potential benefit to reduce risk to the Offeror’s overall technical approach
to meeting the requirements in this solicitation.
Tab F - Program Management
The Government will evaluate the degree to which the proposal demonstrates specific
knowledge, experience, capabilities, and approach to perform the tasks outlined in Section C.
The Government will evaluate the degree to which the Offeror addressed all content required by
Section L. The Government will assess the degree to which the Offeror has proposed a
capability consistent with the size and scope of the contract requirements. The Government will
evaluate the Offeror’s depth and breadth of related experience with similarly sized efforts.
Production capacity, test facilities, quality control processes, and associated production and test
experience will be assessed for adequacy and suitability.
Tab G - Sustainment and Life Cycle Support Plan (LEADER ONLY)
The Government will evaluate the degree to which the proposal demonstrates specific
knowledge, experience, capabilities, and approach to perform the tasks outlined in Section C.
The Government will evaluate the degree to which the Offeror addressed all content required by
Section L. The Government will evaluate the degree to which the proposal demonstrates specific
knowledge, capabilities, and approach to satisfy the CRT, RFR, and MaxCRT metrics or exceed
the CRT and RFR metrics outlined in Section C paragraph 3.3. The Government will evaluate
how flexible the Offeror’s overall sustainment approach is to changes in production profile and
fielding plans. The Government will evaluate the degree to which the Offeror’s proposed plan
for the sustainment effort is collaborative with the Challenger.
Tab H – Second Source Qualification Plan
The Government will evaluate the degree to which the proposal demonstrates specific
knowledge, experience, capabilities, and approach to perform the tasks outlined in Section C.
The Government will evaluate the degree to which the Offeror addressed all content required by
Section L. The Government will evaluate the completeness and robustness of the Offeror’s
second source qualification plan. The Government will evaluate the risk that Offeror’s plan may
not produce qualified LRUs that are form, fit, function compatible with the TDP.
Integrated Master Schedule
N0002420R5500
Page 115 of 119
The Government will evaluate the degree to which the Offeror addressed all content required by
Section L. The Government will evaluate the adequacy and completeness of the Offeror’s
Integrated Master Schedule in terms of covering interrelationships between tasks and task
durations for all proposed technical efforts.
FACTOR 2 - DATA RIGHTS (Volume II)
The Government will assign an adjectival rating to this factor. The Government will evaluate the
degree to which the Offeror addressed all content required by Section L. The Government will
evaluate Data Rights licenses using information in the proposal to assess the extent to which the
rights in Technical Data (TD), Computer Software (CS), and Computer Software Documentation
(CSD) offered to the Government ensure unimpeded, innovative, and cost effective operation,
maintenance, and upgrade of AN/SPY-6(V) throughout its lifecycle and allow for the open and
competitive procurement of AN/SPY-6(V) requirements. Evaluation will include both the system
and software concept design. Offerors that propose at least a GPR license to the Government
may receive a more favorable evaluation. Proposals will not be rated as UNACCEPTABLE
because an Offeror does not offer a GPR license. However, any proposal that asserts less than a
GPR license for any system/ subsystem interface or other interface may be negatively impacted.
The Government will conduct an evaluation of risks associated with any inability to obtain at
least a GPR license and this risk will impact the assigned adjectival rating for this factor. In the
event that an Offeror proposes to deliver any commercial or noncommercial TD, CS, or CSD
with less than a GPR license, the Government will evaluate the adverse impact on the
unimpeded, innovative, and cost-effective operation, maintenance, and upgrade of AN/SPY-6(V)
throughout its lifecycle. Use of proprietary algorithms, designs, processes, or interfaces will be
evaluated based on the extent to which they affect the Government's overall goal and ability to
acquire an open AN/SPY-6(V) design. The Government will also evaluate the adverse impact of
less than a GPR license in its best value determination.
The Government will evaluate each item of TD, CS, and CSD at the most favorable level of
rights offered. For example, if an Offeror were to assert limited rights in a given item of TD, but
also offered the Government an opportunity to purchase GPR for that item at a price proposed
under CLIN 0008, then the Government would evaluate that item as though the Offeror had
proposed to grant the Government GPR in that item.
FACTOR 3 - PAST PERFORMANCE (Volume III)
The Past Performance Factor will be subject to an Acceptable/Unacceptable rating based on
information provided in the Offeror's proposal. The Government will evaluate Offeror's past
performance over the past three (3) years for relevance, which is considered to be whether the
experience cited is similar to the size, scope, and technical complexity of this effort. It is the
responsibility of the Offeror to relate past performance to the requirements of this solicitation.
The Government will consider the relevance of past performance information obtained in
relation to the scope of this procurement.
N0002420R5500
Page 116 of 119
Offerors are advised that the Government may consider past performance information obtained
from sources other than those identified by the Offeror, including Federal, State and local
Government agencies, better business bureaus, published media and electronic databases
including, but not limited to, Past Performance Information Retrieval System (PPIRS) and
Contractor Performance Assessment Reporting System (CPARS). The Government may research
Offeror performance on any Federal, State, local, and commercial procurement that is known to
the Government, but not included on a submitted reference. For those Offerors who are
determined by the Government to have no relevant past performance information, or for whom
information on past performance is not available, a neutral past performance rating will be given.
In evaluating the Past Performance, the Government evaluation will include:
- Quality of Product. The degree to which the products provided met the requirements
of the contract and the degree to which they were similar to this solicitation.
- Delivery/Completion Schedule. The extent to which the Offeror satisfied customer
requirement for contract completion in accordance with agreed upon schedule.
- Cost Control. The extent to which the Offeror provided contract supplies at or below
their initially proposed costs while maintaining customer desired level of quality and
delivery, and limit direct and indirect cost growth.
- Any other information pertaining to the Offeror’s past performance.
FACTOR 4 - ENERGY (Volume IV)
The Energy Factor will be subject to an Acceptable/Unacceptable rating based on information
provided in the Offeror's proposal.
TOTAL EVALUATED PRICE (Volume V)
The Government will arrive at a Total Evaluated Price (TEP) for the Leader and a separate TEP
for the Challenger by utilizing the methodology described below. The price will be evaluated at
ceiling price and no realism (cost, price, or otherwise) will occur.
PRICING EVALUATION
The stepladder pricing for CLINs 0001, 0004, 0012 - 0016, 0020-0023, 1001 - 1004, 10201023, 2001-2004, 2020-2023, 3001-3004, 3020-3023, and 4001-4004, 4020-4023 will be
evaluated by comparing the product of a randomly selected evaluated quantity (EQ) for each
CLIN and the unit price associated with the randomly selected quantity for the CLIN. The
randomly selected quantities will not be the same in calculating the Leader and the
Challenger TEP.
Offerors are hereby advised the EQ in no way restricts the Government as to the number of
units it may order under each line item. It is used solely for evaluation purposes. The
Government reserves the right to order any quantity within a stepladder subject to the 1)
availability of funding at time of initial award or option exercise and 2) in accordance with the
Section B Note A –Option Exercise or Section B Note B – Sustainment Quantity as applicable.
N0002420R5500
Page 117 of 119
Example:
Evaluated Quantity (EQ) = 2
Step-ladder
*
Price
=
Total
Quantity
1–5
* $1,500 =
$3,000
6 – 10
* $1,200 =
$0
11 – 12
* $1,000 =
$0
Total:
$3,000
Offerors should note that price breaks given for each stepladder within a CLIN are to apply to all
units within that and lower stepladders. The following example illustrates the correct procedure
for calculating the overall price for specific quantities ordered:
Step-ladder
Price
Quantity
1–5
$1,500
6 – 10
$1,200
11 – 12
$1,000
If an Offeror determines that it is eligible for waiver of first article testing requirements, and
submits an Offer A and an Offer B (as specifically outlined in M-209-H001, below), the Offeror’s
TEP will be determined after Government approval/denial of the waiver. If the waiver is
approved, the TEP will be determined using the pricing proposed under Offer B (unless the
pricing proposed under Offer A is lower, in which case the pricing proposed under Offer A will
used). If the Government does not concur waiver of first article testing is appropriate, the TEP
will be determined using pricing proposed under Offer A.
In determining the TEP, the Government will calculate evaluated prices using a predetermined
formula. The Government evaluated price for CLINs 0001, 0004, 0012 - 0016, 0017, 00200023, 1001 - 1004, 1020-1023, 2001-2004, 2020-2023, 3001-3004, 3020-3023, and 40014004, 4020-4023. The Government will include the CLIN 0008 (Enhanced Data Rights) price
in the TEP. CLIN 0010 DATA is Not Separately Priced (NSP) and will not be evaluated as a
part of the TEP. Costs for the Data CLIN will be included in and evaluated as part of the
requiring CLINs.
A TEP for the Leader will be calculated as follows:
(1) Total Evaluated Price to the Government for CLINs 0001, 0004,
0012 - 0016, 0020-0023, 1001 - 1004, 1020-1023, 2001-2004, 20202023, 3001-3004, 3020-3023, 4001-4004, and 4020-4023.
(2) Total Evaluated Price to the Government for Data Rights CLIN
0008
TOTAL EVALUATED PRICE (TEP)
A TEP for the Challenger will be calculated as follows:
(1) Total Evaluated Price to the Government for CLINs 0012 - 0016,
0017, 1001 - 1004, 2001-2004, 3001-3004, and 4001-4004.
+ $
+ $
= $
+ $
N0002420R5500
Page 118 of 119
(2) Total Evaluated Price to the Government for Data Rights CLIN
0008
TOTAL EVALUATED PRICE (TEP)
+ $
= $
The total evaluated price for Data Rights/License Fees, CLIN 0008 is the total price of the
Offeror’s proposed Option CLIN 0008 in Section B.
RATINGS DEFINITIONS
The Government will perform an evaluation that focuses on the strengths and weaknesses of the
Offeror’s proposal, resulting in the assignment of an adjectival rating for Factors 1 and 2 as
described in the table below. It is recognized that a proposal need not have all aspects of the
rating description to be rated accordingly.
Table -1 Combined Technical/Risk Ratings
Color
Blue
Rating
Outstanding
Definition
Proposal indicates an exceptional approach and understanding of the
requirements and contains multiple strengths, and risk of unsuccessful
performance is low.
Purple
Good
Green
Acceptable
Proposal meets requirements and indicates an adequate approach and
understanding of the requirements, and risk of unsuccessful performance is
no worse than moderate.
Yellow
Marginal
Proposal has not demonstrated an adequate approach and understanding of
the requirements, and/or risk of unsuccessful performance is high.
Red
Unacceptable
Proposal does not meet requirements of the solicitation, and thus, contains
one or more deficiencies, and/or risk of unsuccessful performance is
unacceptable. Proposal is unawardable.
Proposal indicates a thorough approach and understanding of the
requirements and contains at least one strength, and risk of unsuccessful
performance is low to moderate.
Table 2 Risk Definitions
Risk
Low
Moderate
Definition
Proposal may contain weakness(es) which have little potential to cause disruption of
schedule, increased cost or degradation of performance. Normal contractor effort and
normal Government monitoring will likely be able to overcome any difficulties.
Proposal contains a significant weakness or combination of weaknesses which may
potentially cause disruption of schedule, increased cost or degradation of performance.
Special contractor emphasis and close Government monitoring will likely be able to
overcome difficulties.
N0002420R5500
Page 119 of 119
Risk
High
Definition
Proposal contains a significant weakness or combination of weaknesses which is
likely to cause significant disruption of schedule, increased cost or degradation of
performance. Is unlikely to overcome any difficulties, even with special contractor
emphasis and close Government monitoring.
Unacceptable
Proposal contains a material failure or a combination of significant weaknesses that
increases the risk of unsuccessful performance to an unacceptable level.
Definitions of General Terms in Adjectival Rating Standards:
i. Strengths – an aspect of an offeror's proposal that has merit or exceeds specified performance or capability
requirements in a way that will be advantageous to the Government during contract performance.
ii. Weaknesses – a flaw in the proposal that increases the risk of unsuccessful contract performance (Per FAR part
15.001).
iii. Significant Weakness – a flaw that appreciably increases the risk of unsuccessful contract performance (Per
FAR part 15.001).
iv. Deficiency - a material failure of a proposal to meet a Government requirement or a combination of significant
weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable
level (Per FAR part 15.001).
The Government will use the following ratings/definitions for evaluating Factor 3:
Table 3: Past Performance Acceptable/Unacceptable Rating
Adjectival Rating
Acceptable
Unacceptable
Description
Based on the offeror’s performance record, the Government has a reasonable
expectation that the offeror will successfully perform the required effort, or
the offeror’s performance record is unknown.
Based on the offeror’s performance record, the Government does not have a
reasonable expectation that the offeror will be able to successfully perform
the required effort.
The Government will use the following ratings/definitions for evaluating Factor 4:
Acceptable: Proposal clearly meets the minimum requirements of the solicitation.
Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation.
CLAUSES INCORPORATED BY REFERENCE
M-209-H001
WAIVER OF FIRST ARTICLE REQUIREMENTS
(CONTRACTOR TESTING)--BASIC (NAVSEA) (OCT
2018)
OCT 2018
Download