MODIFICATION
20 -- Large Vertical Array for SONAR
- Notice Date
- 1/12/2016
- Notice Type
- Modification/Amendment
- 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
- N00024-16-R-6238
- Archive Date
- 2/27/2016
- Point of Contact
- Matthew R. Kopp, Phone: 202-781-4406, Ryan P. Hackett, Phone: 202-781-2398
- E-Mail Address
-
matthew.kopp@navy.mil, ryan.hackett1@navy.mil
(matthew.kopp@navy.mil, ryan.hackett1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- General Information Document Type: Sources Sought Notice Sources Sought Notice Number: N00024-16-R-6238 Posted Date: 5 JAN 2016 Response Date: 12 FEB 2016 Classification Code: 20 -- Ship and Marine Equipment NAICS Code: 334511 Mailing Address COMMANDER NAVAL SEA SYSTEMS COMMAND ATTN: MATTHEW KOPP/ SEA 02621K 1333 ISAAC HULL AVENUE SE STOP 2050 WASHINGTON NAVY YARD, DC 20376-2050 Description THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. The Naval Sea Systems Command (NAVSEA) PEO SUB seeks information as to potential qualified sources with experience and expertise necessary to develop and produce a Large Vertical Array (LVA) for SONAR. The LVA will have application to the Ohio Class and Virginia Blocks III and IV submarine classes. The LVA shall consist of acoustic sensors, outboard electronic bottles (OBE), cables, and fixtures for manufacturing and installation to the submarine hull. The acoustic sensors will be arranged in the form of acoustic modules as documented in the specifications. Candidates should be capable of producing large submarine hull-mounted arrays and be capable of sustaining a throughput of up to three systems a year on this program. The materials utilized should be capable of sustaining long periods of submersion in salt water and withstand the harsh environments at varying ocean depths. Candidate systems are required to have the capability to be integrated and interoperable with the AN/BQQ-10(V) Sonar System installed on US Submarines. The outboard electronics will be predicated on an open-system architecture with no proprietary hardware or software included. The LVA outboard components shall meet the requirements of a performance specification (currently in draft) with a particular focus on ensuring arrays meet Grade B shock requirements. The performance specification document will not be posted as an attachment to this sources sought notice. Interested parties may request the draft performance specifications including the System Specification, Sensor Specification, Array Panel Specification, OBE Specification, and CAVES Sensor Performance Specification from Matt Kopp via email. The System Specification is classified CONFIDENTIAL and will be mailed to sources with a validated security clearance. The Sensor Specification, Array Panel Specification, OBE Specification, and CAVES Sensor Performance Specification are not classified and will be distributed electronically to those sources with a valid CAGE code. At this time, national policy does not support release of the performance specification documents to foreign sources. Interested parties shall submit the following information via e-mail to matthew.kopp@navy.mil to initiate a request for the performance specification documents: Date: Company Name: Business Address: Classified Mailing Address: Commercial Activity and Government Entity Code: Data Universal Numbering System Code: POC (Name, Title, phone number and email address of Employee(s) Responsible for the Data): Responsible sources shall provide information addressing the following areas: 1) Sensor and Array Performance and Survivability of the acoustic sensor a. Provide a detailed technical approach to ensure the LVA will meet all requirements after installation b. Provide technical details supporting the sensor specifications addressing the acoustic performance, EMI requirements, reliability, and maintainability 2) Provide the overall technical approach to interface the LVA with existing OHIO Class and VIRGINIA Block III and planned Block IV platforms and subsystems a. Provide overall technical approach to interface the OBE with the AN/BQQ-10 system and the acoustic sensor b. Provide an overall technical approach to address space, weight and power requirements 3) Development and Fabrication Schedule a. Provide an estimated schedule for the design/development of production and installation fixtures b. Provide an estimated schedule for the construction of First Article components and completion of First Article Acceptance Testing c. Provide an estimated time necessary to finalize a Production Baseline d. Provide an estimated schedule for production of the first LVAs 4) Describe barriers to competition that may preclude potential sources from participating in a competition to develop and produce LVAs. Sources may make suggestions as to how the Government might alleviate the identified barriers to competition. Interested sources are requested to provide unclassified company literature and/or provide a capability summary not to exceed 25 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 notice shall be provided on or before 12 FEB 2016. Submit information both in hardcopy and on CD by mail to Matthew Kopp. Telephonic responses are not acceptable. The Government may not respond to any specific questions or comments submitted in response to this sources sought notice or information provided as a result of this sources sought notice. Any information submitted by respondents as a result of this sources sought notice is strictly voluntary. This sources sought notice 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 notice. This sources sought notice 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 FedBizOpps and all interested parties must respond to that solicitation announcement separately from the response to this sources sought notice. 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 NOTICE. Point of Contact Primary: Matthew Kopp, SEA 02621K, matthew.kopp@navy.mil, 202-781-4406 Secondary: Ryan Hackett, SEA 02621, ryan.hackett1@navy.mil, 202-781-2398
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-6238/listing.html)
- Record
- SN03989409-W 20160114/160112234907-d20d6bf7930031c564e916204a0f2b32 (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 |