Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2006 FBO #1846
SOURCES SOUGHT

A -- Assault Breaching System of Systems (ABS) Countermine Systems (CMS)

Notice Date
12/14/2006
 
Notice Type
Sources Sought
 
Contracting Office
N61331 110 Vernon Ave Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133107QMH01
 
Response Due
1/16/2007
 
Archive Date
2/28/2007
 
Description
The Naval Surface Warfare Center, Panama City, FL (NSWC PC) is seeking sources to perform System Development and Demonstration (SD&D) of the COUNTERMINE SYSTEM (CMS). The CMS is envisioned to use a precision guided, standoff munition. The CMS attacks surface laid and buried mines through a controlled dispense of countermine munitions. These munitions are designed to neutralize mines and either consume the explosive fill or to cause a detonation of the mine. The CMS is programmed prior to launch and is guided to the desired aim-point prior to countermine munition dispense. The performance goal of the CMS program is to provide a sound solution to the Littoral Mine Warfare (LMW) requirement for a tactical system to clear buried and proud mines in the surf and beach zones in support of Ship to Objective Maneuver (STOM). More specifically, the goal is to integrate CMS into the ABS System of Systems providing a mine neutralization capability in FY15. The SD&D effort encompasses conduct of all analysis, system engineering and design, development, fabrication, assembly, testing, qualification, operator and maintenance training, documentation, planning, and management required to support this effort. It also includes all materials, software, and services necessary to ensure the successful performance of the responsibilities entailed in executing this program. During SD&D, the Contractor will be responsible for the following major efforts: ? Design, development, integration, test, and fabrication of Engineering Development Model (EDM) systems. ? Cooperative efforts with platform developers or integrators ? Support of developmental testing ? Technical documentation ? Logistics support planning ? Spares and support equipment ? Interim support ? Refurbish EDM systems to support the Operational Evaluation The SD&D phase will provide for the development and delivery of systems which will comprise the CMS Engineering Development Model (EDM) system to support developmental and operational testing. Delivery and performance-period requirements have been established to support a Milestone B in the late 2nd quarter of FY 2007. The desired date for the commencement of the SD&D phase is early in the 3rd quarter of fiscal year 2007. The Government intends to release a draft solicitation for industry comment in the 2nd quarter of FY 2007. Interested sources on this program will be required to demonstrate: a. Recent, relevant experience and successful past performance in the engineering development of explosive based mine countermeasures systems or other relevant technologies, weapons system development and integration, fire control systems, and aircraft systems integration. b. Recent, relevant experience and successful past performance in the development of military weapon systems and documentation for fielded systems including logistics, training and system support. c. Capability and experience in successfully operating within an Integrated Process and Product Development (IPPD) environment which will incorporate structured use of joint Government and Contractor Integrated Product Teams (IPTs) from the program management level down through the working levels. d. Capabilities and relevant experience on energetic based systems, MCM systems, or in weapon systems operating in an aircraft environment (including systems installation on aircraft). e. Facility and personnel security clearances at the SECRET level. Interested firms should respond within 30 days (on or about 16 Jan 2007) of this Sources Sought Announcement with brief documentation showing the company's ability in the areas described above. Only prime contractors should respond. A list of responding prime contractors will be furnished to potential subcontractors upon request. Direct expression of interest in participating in the CMS SD&D electronically to john.g.hutton@navy.mil or in writing to Mr. John Hutton, NSWC PC Code E33, 110 Vernon Ave, Panama City, FL 32407. (850), telephone no. AC (850) 234-4289. FSC: AC95, NAICS: 541330, Size Standards: $4.5M. This is not a solicitation. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in the Navy Electronic Commerce Online (NECO) and Federal Business Opportunities (FedBizOpps). This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.
 
Web Link
NSWC Panama City Sources Sought
(http://www.ncsc.navy.mil/Contracts/Ztables/sourcestab.htm)
 
Record
SN01196831-W 20061216/061214221150 (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.