SOURCES SOUGHT
58 -- Countermeasure Anti-Torpedo Request For Information
- Notice Date
- 3/6/2015
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-15-R-6251
- Point of Contact
- Lisa M. Sherman, Phone: 2027810691
- E-Mail Address
-
lisa.sherman@navy.mil
(lisa.sherman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY ACTUAL PROCUREMENT OF MATERIALS, MACHINERY, OR SERVICES. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding parties' expense. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. The NAVSEA Program Executive Office (PEO) Submarines (SUB), Undersea Warfare Systems Program Office (PMS 415) has been tasked to develop a surface ship anti-torpedo hard-kill capability for High Value Unit platforms (Carriers and Combat Logistics Force ships). This capability will be developed through two separate but associated programs: the Torpedo Warning System (TWS) and the Countermeasure Anti-Torpedo (CAT). The TWS will serve as a standalone detection, alert and tactical control system, and will provide the detection capability necessary for the ship to evade, decoy, or defeat the torpedo using existing or future tactics and countermeasures in addition to the CAT. The CAT will be developed separately as a hard-kill countermeasure. TWS and CAT are associated but independent acquisition programs, each with its own defined mission. The CAT will continue development as a common counter-measure for all platforms. The CAT is a high performance system, including a self-propelled underwater vehicle that contains complex electronic and mechanical subassembly systems for providing propulsion, steering, navigation, and target detection. The system technologies include acoustic sonar, guidance and control electronics, electrical power, hydraulic systems, mechanical pumps, and propulsion. The manufacturing processes required to support production must achieve a high level of quality and reliability, and include the necessary environmental (temperature, shock, vibrations, underwater pressure, etc.) test capabilities and certified production test equipment. In addition, some Functional Item Replacement (FIR) and/or torpedo sections may require Highly Accelerated Stress Screen Testing in order to meet reliability requirements. Classified facilities for handling\storing hardware and documentation may be required. The CAT consists of the Anti-Torpedo Torpedo (ATT) and the All Up Round Equipment (AURE). The ATT is a small-diameter, quick-reaction hard-kill torpedo countermeasure used to disable incoming threat torpedoes. The ATT will search, home, terminal home, and fuse on its target using technology developed under sponsorship of the Office of Naval Research. It consists of the following 5 major sections: Nose, Warhead, Command & Control, Powerplant and Tail. The ATT is housed in an AURE, which consists of a thin-walled composite canister, electrical cabling to enable communication between the ATT and fire control, and energetics for launching the ATT and the ATT canister. PMS 415 issues this RFI to help determine the interest, technical capability, and qualifications of industry to meet the Government's needs to produce components of the CAT. PMS 415 is providing a Technical Data Package (TDP) associated with this RFI for informational purposes only. These UNCLASSIFIED documents will be made available via an Electronic Technical Information Center (ETIC). To request access to the site, please visit the AIMTC website located at https://aimtc.nuwc.navy.mil. For NEW USERS: Please fill out the AIMTC Account Request Form. For EXISTING USERS: Please click on "My Profile". Scroll down the page and expand "Electronic Technical Information Center (E-TIC)". Select "Countermeasure Anti-Torpedo (CAT) TDP RFI ". A justification MUST be provided. Click send at the bottom of the page. Upon approval by the System Manager, your account will be created and you will be notified via email of your account information. You will not be able to access the ETIC until an AIMTC account is approved by the System Manager, created, and you have been notified via email. Users will receive email notification of changes and updates to the ETIC data content for this RFI. If you have any questions, please contact the AIMTC Webmaster at NUWC_NPT_AIMTC_Webmaster@navy.mil. Respondents are requested to review the ATT TDP on ETIC. The TDP includes a Low-Rate Initial Production (LRIP) flow chart, LRIP procedure baseline; LRIP indentured baseline; and technical drawings. Considering the TDP, respondents are requested to provide the following information: I. Describe how you would approach (i.e., partnerships, in house, subcontracting, vendors) and manage the production. II. Describe your capabilities and experience with assembly and production of complex electronic and/or mechanical components and test equipment, including test processes, subcontractor/vendor management, and manufacturing process controls. III. Identify the critical corporate capabilities and certifications necessary to deliver ATT components. Examples of capabilities and certifications include quality processes, Failure Analysis and Corrective Actions, and International Standards Organizations Certifications. IV. Describe your management approach to ensure the design is procurable throughout the life cycle. Address approaches for qualifying replacement components, improving life cycle supportability, and minimizing commercial off the shelf obsolescence issues. V. Identify the minimum quantity of FIRs and/or torpedo sections necessary for your company to sustain stable annual production throughput. VI. Describe your experience working directly with government organizations using Government personnel and facilities (including test equipment) for design verification testing, first article testing, Environmental testing, and factory acceptance testing of FIR and/or torpedo sections. VII. Describe your risk management approach for using Government personnel and facilities (including test equipment) for production and acceptance of contract deliverables as related to cost, performance and schedule in establishing and maintaining a sustainable production capability. VIII. Describe your experience with public private partnerships and the advantages and disadvantages these arrangements have in meeting production objectives. Respondents to this RFI should adhere to the following details. Interested parties are requested to respond with a white paper in the following format: Microsoft Word for Office 2003 (or newer) compatible; 25 pages or less (including cover and administrative pages); 1-inch margins; and 12 point font (or larger). Interested parties should provide a company profile to include the following: a. Company Name b. Company Address c. Point of Contact d. E-mail Address e. Website address f. Telephone Number g. Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) All responses are due no later than 30 April 2015. Responses shall be submitted via e-mail only (no telephone inquiries or paper submits) to Nathan Peppler, (nathan.peppler@navy.mil) and Daniel Georgiadis (daniel.georgiadis@navy.mil). Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-15-R-6251/listing.html)
- Record
- SN03660968-W 20150308/150306235158-59142d2678327a5ba464c7daed943fcc (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 |