SOURCES SOUGHT
61 -- Produce Single Battery Power Units and Design/Produce Triple Battery Power Units, SPAWARSYSCEN CHARLESTON
- Notice Date
- 6/5/2008
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_5E20E
- Response Due
- 6/19/2008
- Archive Date
- 7/4/2008
- Point of Contact
- Point of Contact - Carol A Lloyd, Contract Specialist, 843-218-3503
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare SystemsCenter (SPAWARSYSCEN), Charleston, hereafter referred to as SSCC, is soliciting information from potential sources to provide Single Battery Power Units (SBPU) and Triple Battery Power Units (TBPU) for use with the Marine Corps Tactical Remote Sensor Systems System-of-System (TRSS SoS). The TRSS SoS uses hand-emplaced sensors to support the field commanders intelligence collection effort by providing continuous, wide area surveillance of the battlefield. Two battery powered unit configurations are required. The SBPU has been designed and only requires full rate production in accordance with the SBPU Technical Data Package (TDP). The TBPU has not been designed; SSCC requires the awardee to design, develop, test, qualify, and produce the TBPU in accordance with the TBPU System Specification. The SBPU is a lightweight enclosure that houses a single BA-5x90/U series battery to provide 12 VDC power to TRSS SoS devices. The SBPU has two integrated 13-pin connectors that allow for cable connection to equipment and for daisy-chaining up to three SBPU together to extend the TRSS SoS mission duration. The SBPU configuration items include the battery box and two cables. The SBPU includes a data pass through feature that allows data signals to be passed concurrently while power is being supplied. SSCC requires that the SBPU be built as prescribed by the SBPU TDP. The TBPU will house three BA-5x90/U series batteries and is functional equivalent to the SBPU. The TBPU will have two integrated 13-pin connectors that allow for cable connection to equipment and for daisy-chaining up to two TBPU together to extend the TRSS SoS mission duration. The TBPU configuration items will include the battery box and two cables. The TBPU includes a data pass through feature that allows data signals to be passed concurrently while power is being supplied. SSCC requires that the SBPU Technical Data Package be utilized as a baseline for the design and development of the TBPU. SSCC requires a TBPU TDP to be delivered prior to Low Rate Initial Production (LRIP); this TDP shall be a complete Product Level Drawing Package that complies with ASME Y14.100, ASME Y14.24 and ASME Y14.34M and include assembly drawings and detailed drawing down to the piece part for items designed and developed at government expense. Major Milestones. The SBPU major milestones include First Article Test and Production Acceptance Test; both require government approval. The TBPU major milestones include Preliminary Design Review, Critical Design Review, Functional Configuration Audit, First Article Test, Physical Configuration Audit and Production Acceptance Test; all require government approval. General Delivery Requirements. The SBPU effort requires the manufacture of up to 2,000 SBPUs, which are built in accordance with a prescribed set of Product Drawings (Qualification and Production only). The TBPU requires the manufacture of up to 1,200 TBPUs, which are built in accordance with a prescribed system specification (design, qualification, and production). Both battery box efforts also include the delivery of data associated with system design, development, production, and logistics support. Intended Application of Battery Boxes. The battery power units are required to power unattended devices for a minimum of 120 days in outdoor environments within the temperature range of 30 to +62 degrees C. Two configurations are required - one that holds a single battery, and one that houses three batteries. The battery boxes are TRSS devices that allow the attachment of external power sources. The systems ability to be lightweight and man-packed to remote locations is essential. The Government desires SBPUs to be built per an existing Product Drawing. Commercial-off-the-Shelf (COTS) solutions for the TBPU, if available, and in compliance with the TBPU specification are required. Industry firms capable of accomplishing the required services, in whole or by teamed effort, are invited to submit an affirmative response to this notice. The Government is interested in rapid delivery of low- weight solutions that can withstand the environmental requirements, which include a 24-hour immersion threshold. Partial solutions will not be considered. It is anticipated that a solicitation will be issued for a Commercial type contract issued under the test procedures of FAR Part 13.5. The applicable NAICS code is 335999 with a size standard of 500 employees. Firms are invited to submit documentation (any literature, brochures, and references) necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a five-page limitation for all data submitted. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran- Owned and/or Service-Disabled- Veteran-Owned Business, and Central Contractor Registration (CCR) information; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number; (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime); (8) Product literature in PDF format that identifies the ability to meet the requirements listed above or identify proposed unit that meets all requirements listed above. Responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Carol A. Lloyd, Contract Negotiator, at carol.lloyd@navy.mil Technical questions about the Internet web site are to be directed to Ms. Janet Stone at (843) 218-5906. All other questions and comments are to be directed to Carol A. Lloyd at telephone (843) 218- 3503; fax (843) 218-5947; or e-mail address carol.lloyd@navy.mil. (THIS MARKET RESEARCH IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. THE GOVERNMENT RESERVES THE RIGHT TO CONSIDER A SMALL BUSINESS SET-ASIDE OR 8(A) SET- ASIDE BASED ON RESPONSES HERETO. This market survey closes 10 days from the date of this notice is published.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=24fcbc8e0e0ca21c1361f38920426227&tab=core&_cview=1)
- Record
- SN01587622-W 20080607/080605220307-24fcbc8e0e0ca21c1361f38920426227 (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 |