Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2008 FBO #2460
SOURCES SOUGHT

12 -- Submarine Non-Penetrating Optronics Mast (SNOM) Sources Sought

Notice Date
8/19/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002408R6202
 
Response Due
10/6/2008
 
Archive Date
10/21/2008
 
Point of Contact
Lindsay Buchman (202) 781-1890Linda Squires (202) 781-3942
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. THIS SOURCES SOUGHT SYNOPSIS IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. The Naval Sea Systems Command (NAVSEA) PEO SUB seeks information as to potential qualified commercial sources with specific experience and expertise to provide a Non-Development Item (NDI) Non-Penetrating Optronics Mast for Imaging. The Optronics Mast will have application to the Virginia Class and Ohio Class SSGN Class submarines with the potential for implementation on new design as well as 688/688i Class submarines. The Optronics mast features include infrared and visual imaging, laser range finding, special stealth features, and a capable antenna suite with broad spectral coverage and direction finding. The Optronics Mast design is required to meet extreme environmental conditions, use a common reprogrammable interface layer, capable of rapid technology insertion and refresh, support integration of new capabilities over the lifetime of the system. The NDI equipment shall be a modular design to permit field replacement without removal and return of the entire outboard unit to the OEM, and shall be easily user serviceable. Candidate systems are required to have the capability to be integrated and interoperable with the Universal Modular Mast (UMM), Photonics Electronic Support Measures (ESM), and below decks hardware/Software on applicable platforms. At delivery, the Optronics Mast will be a single integrated product with a complete support package. The Optronics Mast NDI offering shall exhibit an open systems approach using modular design, standards-based interfaces and widely supported commercial standards. The Contractor will be required to identify to the Government all Commercial-Off-the-Shelf (COTS)/NDI components, their functionality, and provide copies of license agreements related to use of these components. Responsible sources should provide detailed technical information addressing the following areas: 1)Performance and Survivabilitya)Provide an overall technical description of the functions and capabilities of the NDI equipment.b)Provide data for the NDI offering specifically related to Availability, Reliability and Maintainability.c)Provide details of the design and performance of the rotary seal mechanism including operating depth.d)Provide analysis or data addressing the underwater shock survivability of the outboard equipment and, in particular, the headwindows.e)Provide details on space and cabling available to support the ESM capability.f)Provide analysis or data on the capability of the color camera to correctly detect and identify running lights at night.g)Provide analysis or data relative to the accuracy of the stabilization system.h)Provide details on the design and performance of the Eyesafe Laser Rangefinder.i)Provide details on the design and performance of the thermal management system and the capacity of the system to provide adequate cooling with the increased thermal load of the ESM system.j)Provide details on the design and performance of any performance monitoring, and fault isolation capability.k)Provide details on the interface between the NDI Sensor Unit and the Universal Modular Mast (UMM).l)Provide details on the dip loop cable design including number and types of conductors, fibers, etc., and any other functions of the assembly. Include data on any life cycle testing performed.m)Provide details on the design and environmental performance of the hull penetrator used on existing installations.n)Provide details on any water shedding characteristics or coatings used on the headwindow(s).o)Provide details on space, weight and power requirements for the NDI sensor.2)Maintenance Philosophya)Describe the maintenance and repair process proposed to support the NDI equipment on US Navy submarines (i.e., operational and intermediate level maintenance).b)Describe the depot maintenance philosophy and capability for the NDI system3)Technology Refresh (obsolescence) and Technology Insertion (upgradeability)a)Describe the obsolescence management process in place for the NDI equipment including tracking of parts for obsolescence and the processes for qualifying replacement components.b)Describe the capability of the NDI equipment to be upgraded as newer technology becomes available and the processes for qualifying new components.4)Systems Engineering Processesa)Describe the systems engineering processes used in the design and development of the NDI equipment.b)Describe the systems engineering processes used for failure analysis.c)Describe the systems engineering processes used in the design and development of future upgrades.5)Configuration Management and Logisticsa)Describe how the hardware and software configuration of the NDI equipment identified, controlled and managed.b)Describe the technical documentation provided with the NDI equipment including any drawings, technical manuals (paper or electronic) and the capability of any Interactive Electronic Technical Manuals.c)Describe the operator and maintenance training documentation capabilities provided with the NDI equipment, including any interactive electronic training available. d)Describe any factory and field training that can be provided with the NDI equipment including class sizes and training duration. 6)Data rightsa)Provide details on any limitations on technical data rights for the NDI equipment specifically proprietary information that would not be shared with the US government.7)Installed Base and Customer Feedbacka)Provide details on the numbers of non-hull penetrating NDI optronic masts currently installed, in production, on order and proposed, including countries and submarine types.b)Provide points of contact for references willing to provide details of their experience with the NDI equipment being offered. Interested sources are requested to provide unclassified company literature and/or provide a capability summary not to exceed 50 pages in length addressing the topics described above. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name; Address; Point of Contact; Phone Number; E-mail address; and Level of Facility clearance. All information submitted in response to this synopsis shall be received on or before 6 October 2008. Submit information by mail and/or e-mail to Commander, Naval Sea Systems Command, SEA 0262, 1333 Isaac Hull Ave., SE, MS 2050, Washington Navy Yard, DC 20376-2050, Attn: Lindsay Buchman, 5W2016, Lindsay.Buchman@navy.mil. Telephonic responses are not acceptable. The Government may not respond to any specific questions or comments submitted in response to this sources sought synopsis or information provided as a result of this sources sought synopsis. Any information submitted by respondents as a result of this sources sought synopsis is strictly voluntary. This sources sought synopsis is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. All documentation shall become the property of the Government. The Government is not soliciting, nor will it accept proposals as a result of this sources sought synopsis. This sources sought synopsis is a market research tool being used to determine the existence of qualified experienced sources. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be announced later via NECO/FedBizopps and all interested parties must respond to that solicitation announcement separately from the response to this sources sought synopsis. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCES SOUGHT SYNOPSIS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=66e85fa593ab69e762879309c705a979&tab=core&_cview=1)
 
Record
SN01644813-W 20080821/080819223648-66e85fa593ab69e762879309c705a979 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.