SOURCES SOUGHT
19 -- RFI for Design and Construction Best Practices, Analysis and Recommendations for Dry Deck Shelter (DDS) to support a next-generation SEAL Delivery Vehicle (SDV).
- Notice Date
- 2/19/2009
- Notice Type
- Sources Sought
- Contracting Office
- N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
- ZIP Code
- 00000
- Solicitation Number
- N0002409N6230
- Response Due
- 4/9/2009
- Archive Date
- 4/24/2009
- Point of Contact
- Stephen WalshStephen.T.Walsh@navy.mil202-781-2686<br />
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: REQUEST FOR INFORMATION (RFI)/MARKET SURVEY Design and Construction Best Practices, Analysis and Recommendations for Dry Deck Shelter (DDS) to support a next-generation SEAL Delivery Vehicle (SDV). DESCRIPTION: This RFI is being conducted to determine if there is industry interest to produce or modify DDSs to support a next-generation SDV should the Government decide to procure such vehicles. The decision to procure said DDS or a next-generation SDV has not yet been made, but this RFI would help inform programmatic questions inherent in that decision. This RFI is for fact finding only and does not constitute a commitment or obligation by the Government to issue an RFP, contract or order. The Government would not pay for any effort expended or any material provided in response to this announcement, nor would the Government return any data provided. A next-generation SDV should provide theater Special Operation Forces (SOF) commanders the operational capability to conduct insertion and extraction of SOF personnel and/or payloads into strategically planned operational areas. The submersible would transit to the local operation area housed in a DDS mated to a host submarine.BACKGROUND: The existing six (6) DDSs are 9 feet wide, 9 feet high, 38 feet long, and displace approximately 35 tons. They consist of three interconnected compartments made of HY-80 steel within a fiberglass fairing, each capable of independent internal pressurization to a depth of at least 130 feet. When attached to its host submarine, the DDS can withstand external pressure to the submarine's full depth capability. The DDS can be hosted by specifically modified LOS ANGELES, VIRGINIA, and OHIO (SSGN) Class submarines. The forward-most compartment, a sphere, is the hyperbaric chamber which is used for treatment of injured divers. In the middle compartment, or transfer trunk, operators enter and exit the submarine and/or either of the other compartments. The third compartment, the hangar, is a cylinder with elliptical ends which houses either the SDV or up to 20 SOF personnel with Combat Rubber Raiding Craft (CRRC). For SDV missions, Mark 8 Mod 0 or Mod 1 SDVs are used.! After flooding the hangar from sea and equalizing it with outside pressure, the DDS operators open the hangar's large outer door and wheel out the portable track onto the topside surface of the submarine. The cradle and SDV roll out on the track, and the SDV departs. When the SDV returns, divers secure it to its cradle, winch it back into the DDS, wheel in the portable track and shut the hangar outer door. The sea water in the hangar is then drained to the submarine.The next-generation SDV will provide increased range, payload, and transport a greater number of SOF personnel. The capabilities of the next-generation SDV will be constrained by the space and payload weight carrying capacity of the DDS as well as the current method of launching and recovering the SDV. Additionally, the extent of any increased dimensions or weight to the DDS may be constrained by various design factors of the DDS host submarines. These factors include, but are not limited to, weight margin for host submarine stability, host submarine load-out within the existing equilibrium polygon, structural constraints for mounting the DDS, and required piping and electrical interfaces between the DDS and host submarine. An extended DDS is not intended to be installed on any LOS ANGELES Class Submarines. The cost of modifying or building a new DDS to support the next-generation SDV, as well as cost of any required changes to the interfaces between the submarine and ! the DDS, will be a major factor in determining affordable capabilities of the next-generation SDV. APPROACH: In order to minimize technical risk and expeditiously deliver the capability to the fleet in a cost effective manner, an approach may leverage the design of the existing (6) DDS units for modification or upgrade. Considerations should include means of adding hangar volume to house a larger SDV. Changes to the Concept of Operations (CONOPS) for launch and recovery of the next-generations SDV may allow for more efficient use of total DDS volume and length and alternate means of launching and recovering an SDV. The Government may provide limited access to a DDS for ship checks on a not to interfere basis and expects to provide the following items to potential responders as discussed below:a)Drawings of the current DDS unitsb)Specifications used to design and build the current DDS unitsc)Current SDV launch and recovery proceduresd)Topside arrangement drawings for VIRGINIA Class and OHIO Class SSGN host submarines GENERAL REQUIREMENTS: These unclassified system key performance parameter areas are applicable to the DDS which can support a next-generation SDV:a)Largest dimensions of next-generation SDV which can be accommodatedb)Number of SOF personnel which can concurrently with a housed next-generation SDVc)Dimensions and weight of the DDS,d)Launch and recovery CONOPS for the next-generation SDV and associated duratione)Durability of the DDS while subjected to hydrodynamic and sea state conditions DATA LIBRARY: The Government will provide a classified electronic library (e.g. CDs) for responder accessibility to the GFI data/documents identified above for those responders cleared to receive the level of classified data. In addition the documents will be made available at or near the Program Office in the Washington Navy Yard. The Government does not warrant the content and performance of the design data contained therein. Respondents may submit a request for classified information up to the Confidential level to: Naval Sea Systems Command Attn: Stephen Walsh, Code PMS399, 614 Sicard Street SE, Stop 8840, Washington Navy Yard DC 20376-8840, phone 202-781-2686, e-mail Stephen.T.Walsh@navy.mil. Requests shall specifically include Respondents Name, Address and Zip Code, Cage Code and Cognizant Security Office (Name Address and Zip Code ) as well as the actual performance location including: Address and Zip Code, Cage Code and Cognizant Security Office, Address and Zip! Code. Classified documents will be forwarded only after Government review of the respondent's authorized security level. Access to classified information shall only be for the duration of the RFI including Government evaluation of the RFI responses. RESPONSES: Respondents must have the capability to handle classified material up to the level of CONFIDENTIAL. Respondents should submit responses in hard copy and electronic format (.pdf, word, excel, project, powerpoint). Responses must include the name, position, telephone number, and e-mail address of the Industry Point of Contact (POC) for technical and contractual issues. Information is desired in the following areas: a)General sketches and description of a DDS concept (whether new, modified or modernized) which can support a larger and heavier next-generation SDVb)New or developing technologies or proprietary products/processes associated with the responder's conceptc)Contractor's assessment of the 10 highest risk areas and mitigation strategies.d)Recommended changes to launch and recovery CONOPS that would facilitate advanced technologies or increased capabilitye)ROM estimate of the scope of effort to refine the responder's concept to demonstrate feasibility with supporting calculation, mockup, analysis and or testsf)ROM estimate of the cost to design, build, or modify DDS unit to provide six (6) DDS capable of supporting a next-generation SDVg)Description of required modifications to DDS host submarines or the submarine interfaces with the DDS, if any.h)Estimated schedules and program timelinei)Description of responder's facilities to conduct the work of the program or potential teaming arrangements SUMMARY: Naval Sea Systems Command (NAVSEA) will manage this survey. Respondents may respond to this RFI within 50 days of this notice to: Commander, Naval Sea Systems Command Attn: Stephen Walsh, Code PMS399, 614 Sicard Street SE, Stop 8840, Washington Navy Yard DC 20376-8840. Electronic responses may be sent to Stephen.T.Walsh@navy.mil (unclassified) or Stephen.Walsh@navy.smil.mil (classified). As a means to further define future program plans and requirements, an exchange of information between industry and the program manager, contracting officer, and other participants may be achieved by one-on-one meetings with respondents to clarify and resolve concerns regarding the acquisition strategy. These exchanges may include, but are not limited to proposed contract type, terms and conditions, and acquisition planning schedules; the feasibility of the requirement, including performance requirements, statements of work, and data requirements; the suitability of the proposal instructions and evaluation criteria, including the approach for assessing past performance information; the availability of reference documents; and any other industry concerns or questions. All interested sources are encouraged to respond. All responses submitted will be reviewed. All submissions shall be considered proprietary/potential source selection sensitive and treated accordingly. The Government does not commit to providing a response to any comment or questions. The Government may use the information provided in response to this RFI to support urgent, on-going, initiatives within DoD to analyze emerging requirements for systems that can improve the overall effectiveness of SOF. Any revision to this RFI based on comments received remains solely at the Government's discretion. These initiatives may ultimately result in the Government developing and issuing a RFP. NAVSEA provides the above information for information only. This is not a Request for Proposal or announcement of a solicitation. This Request for Information does not constitute a commitment by the Government to issue an RFP, contract or order. Under FAR Part 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. No basis for claim against the Government shall arise as a result of this announcement or for Government use of any information provided.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d2a31b0895a6dd6b05075c1da09d35f7&tab=core&_cview=1)
- Record
- SN01753257-W 20090221/090219220416-d2a31b0895a6dd6b05075c1da09d35f7 (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 |