Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
SOURCES SOUGHT

58 -- Sonic Frequency Acoustic Source (SFAS)

Notice Date
8/16/2018
 
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, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-18-SN-Q11
 
Point of Contact
Olivia L. Farr, Phone: 8502355714
 
E-Mail Address
olivia.l.farr@navy.mil
(olivia.l.farr@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
FEDBIZOPS SOURCES SOUGHT ANNOUNCEMENT FOR Sonic Frequency Acoustic Source (SFAS) The Naval Surface Warfare Center, Panama City Division (NSWC PCD) is conducting a survey of potential acoustic sources for a broadband, quasi-sonic frequency acoustic minesweeping source. The source should be capable of generating broadband transmissions with a minimum Source Level (SL) of 175-185 dB re 1 μ Pa @ 1m (1/3 Octave Band Level) across the 10 Hz to 32 kHz frequency band. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The purpose is to determine if commercial sources exist that are capable of satisfying the requirements, and/or if suitable commercially available items could be modified to meet the requirements. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offers to monitor these sites for additional information pertaining to this requirement. Background Many Navy systems are being developed that use Fleet-class Unmanned Surface Vehicles (USVs). These USV-based systems require lighter weight, lower drag, and smaller footprint products than their legacy counterparts. There are currently towed sound sources that are suitable for the mine sweeping mission and suitable for integration with a Fleet-class (11-meter) USV. However, these towed systems result in increased drag and fuel consumption, as well as reduced capability in shallow water and constrained waterways. The US Navy is seeking an innovative acoustic source or sources capable of generating a broad range of outputs that would be mounted either above the waterline or within the hull and structure of an existing Navy USV. However, if a solution were sub-surface, the acoustic generator would be stowed above the waterline or within the USV hull-form until performing operations. The acoustic generator will be autonomously activated by the USV’s central command and control. Nontraditional (non-transducer) sources are encouraged. Prospective sources should: (1) be compact in size; (2) be of good efficiency; and (3) have characteristics suitable for integration onto a Fleet-class (11-meter) USV. Requested Information Request information on a system to include but not limited to the key system parameters listed below: Acoustic parameters Source Level: 175-185 dB re 1 μ Pa @ 1m (1/3 Octave Band Level) Bandwidth: 10 Hz to 32 kHz Characteristics: Broadband white noise or multiple tones distributed over the required bandwidth (i.e. not tuned) Omni-directional transmission or at least forward hemisphere. Electrical Power <=10kW One or multiple sound generators Operating Environment Operational air temperature: -3°C to +40°C Operating water temperature: -3°C to +35°C High magnetic field environment (3-4 T at 10 feet) Speed Independent Source Level Physical parameters Weight (air) <= 200 lbs. Fleet-class (11-meter) USV Compatible ROM cost and schedule Two engineering development model (EDM) prototypes Five follow-on units Responses Interested parties are requested to respond to this RFI in electronic or paper form to be received by the government no later than 45 days from the RFI publish date. Responses must be unclassified with any proprietary information marked accordingly. Include responses for each key parameter listed in this document, i.e., how the proposed solution meets the parameters listed in this document. Each response must reference the RFI title. Telephone responses will not be honored. Technical questions should be directed to Olivia Farr via email only at Olivia.L.Farr@navy.mil. Electronic Responses should be directed to Olivia Farr via email only at Olivia.L.Farr@navy.mil. Provide CAGE code and small business status This is a request for information (RFI) only to identify candidate acoustic sources that can meet the requirements of a quasi-sonic frequency acoustic minesweeping source. The information provided in the RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment, or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published is the Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FedBizOpps). NAICS 334511. Small Business Size Standard is 1,250 employees. FSC 5845
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cba6a136c141e1dd22e5eb91ce34aeec)
 
Place of Performance
Address: 110 Vernon Ave, Panama City, Florida, 32407, United States
Zip Code: 32407
 
Record
SN05040660-W 20180818/180816231302-cba6a136c141e1dd22e5eb91ce34aeec (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.