SOURCES SOUGHT
10 -- Acoustic Device Countermeasure (ADC) MK 3 MOD 1 and MK 4 MOD 1
- Notice Date
- 11/9/2012
- 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
- N0002413R6266
- Response Due
- 11/26/2012
- Archive Date
- 1/31/2013
- Point of Contact
- Sharon B. Allen, Contract Specialist, Naval Sea Systems Command, NAVSEA 02622A, Telephone (202)781-0412;
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This sources sought is issued in anticipation of a future procurement. The Naval Sea Systems Command is conducting market research to determine interest in the production of an expendable, externally stowed and launched, submarine countermeasure devices - Acoustic Device Countermeasure (ADC) MK 3 and ADC MK 4 Launch Tube Assemblies (LTA) - capable of generating and transmitting energy to counter torpedo and sonar threats, respectively. The Launch Tube Assembly houses the ADC MK 3 or ADC MK 4 and associated hardware. The LTA shall occupy a specified external volume envelope which is driven by the launch tube stowage space constraints of each of the submarine platforms that will carry the countermeasures. The volume envelope, detail launch tube drawings, as well as propulsion system physical and performance requirements will be provided to qualified bidders as Government Furnished Information (GFI). These 16cm-diameter submarine countermeasure devices shall interoperate with the Countermeasure Set Acoustic (CSA) launcher system which provides the racks for housing, and electronic interface for programming and launching the countermeasures. The devices shall survive and function after launch from an External Countermeasure Launcher (ECL). The devices must be capable of receiving pre-launch setup data from the CSA system for a desired acoustic mode, hover depth and time delay prior to launch, and must be able to hover at preset depth for a specific period of time under its own power. The power source for these devices must have previously been approved for Department of the Navy use aboard United States Submarines. Information concerning the existing power source will be provided to qualified bidders as GFI. The devices must be Hazards of Electromagnetic Radiation to Ordnance (HERO) compliant, without special transportation or handling requirements, other than those related to security classification. There should be no special equipment, tooling or maintenance required for these devices. The devices must provide a minimum 8-year shelf life and 4-year service life. Detailed performance characteristics for the devices such as operational ranges, acoustic frequencies, command module remote programmable capabilities and unique design features, are classified and are contained in the combined ADC MK 3 and ADC MK 4 Prime Item Performance Specification (PIPS) which is to be provided to qualified bidders. The PIPS will not be released until the RFP has been issued and security clearances have been approved by the NAVSEA security office. Offerors may send in their security information early so the PIPS and battery information can be issued, if approved, at or about the same time as the RFP. The vendor must be able to deliver production ready units within 18 months after contract award. All interested sources are encouraged to submit company and product literature, white paper, and/or other pertinent information for the Government's consideration. At a minimum, respondents should include technical information sufficient to conduct an evaluation of their sources currently in production. Relevant information shall include but is not limited to the criteria listed above. All interested sources are encouraged to respond by providing the Government the following information; technical/contractual points of contact, address, telephone and fax numbers, email address, DUNS number, CAGE code and or tax ID number, as well as business category (large, small, small disadvantaged, veteran owned, etc.), a brief summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and quality assurance process. Also, provide any supporting information such as commercial literature, catalogues, manuals, etc. The response should also include all relevant business information, including rough order of magnitude (ROM) costs. The Government may choose to visit, or host a visit from, any potential sources following the initial response. This sources sought synopsis in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information or materials provided. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract in connection with this announcement. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. All proprietary or classified information will be treated appropriately. All information provided to the Government becomes U.S. Navy property and will not be returned. Your interest in this response is appreciated. Submittal of classified material should be coordinated with the below listed individual BEFORE providing to the Government. Replies may be emailed to Sharon.Allen@navy.mil or mailed to: COMMANDER NAVAL SEA SYSTEMS COMMAND ATTN: Sharon B. Allen 1333 Isaac Hull Avenue SE Stop 2050 Washington Navy Yard, DC 20376-2050 Phone: (202) 781-0412 All responses are due on or before 26 November 2012. Additional information is not available at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002413R6266/listing.html)
- Record
- SN02928716-W 20121111/121109234015-7ecf3e27fb3d3a2e133764ac075ba0c0 (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 |