Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOURCES SOUGHT

58 -- Request for information from industry regarding its capability to provide a Countermeasure Anti-Torpedo (CAT) and Torpedo Warning System (TWS) in potential future procurements.

Notice Date
11/22/2011
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002412R6232
 
Response Due
12/16/2011
 
Archive Date
12/31/2011
 
Point of Contact
Eric Horan
 
E-Mail Address
oran@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This sources-sought synopsis is issued in anticipation of a future procurement program. The Naval Sea Systems Command (NAVSEA) is conducting market research to determine contractor interest and capability to produce two of the three systems that comprise the Surface Ship Torpedo Defense (SSTD) family of systems (CAT, TWS and AN/SLQ-25X). The two systems on which NAVSEA is requesting information under this synopsis are: (1) Countermeasure, Anti-Torpedo (CAT) and (2) the Torpedo Warning System (TWS). Background: PMS 415 has been tasked to develop a surface ship anti-torpedo hard kill capability for high value unit (HVU) platforms (Carriers and Combat Logistics Force (CLF) ships). This capability will be developed through two separate, but associated programs: the Torpedo Warning System (TWS) and the Countermeasure Anti-Torpedo (CAT). The TWS will serve as a standalone detection, alert and tactical control system, and will provide the detection capability necessary for the ship to evade, decoy, or defeat the torpedo using existing or future tactics and countermeasures in addition to the CAT. The CAT will be developed separately as a hard kill countermeasure. TWS and CAT are associated but independent acquisition programs, each with its own defined mission. The TWS will provide a detect-to-launch capability to Fleet units by providing new sensors deployed on a TWS compatible AN/SLQ-25 (called AN/SLQ-25X), additional processing and workstation for operator control and display, and CAT ready stows placed port and starboard. The AN/SLQ-25X is not a component of the TWS, but only a tow-point of opportunity to eliminate the need for an additional tow system on the ship. NAVSEA is currently in the evaluation stage of a competitive procurement for AN/SLQ-25X development. Contract award is currently planned for 2nd quarter FY12. During the engineering and manufacturing development phase the TWS will produce the sensors, algorithms, fire control, and Ready Stow Group for large deck ships as a stand-alone system. The CAT will continue development as a common counter-measure for all platforms. As much as possible, at sea testing for TWS and CAT will be combined to minimize cost. The CAT consists of the Anti-Torpedo Torpedo (ATT) and the All-Up Round Equipment (AURE). The ATT is a small-diameter, quick-reaction hard-kill torpedo countermeasure for disabling incoming threat torpedoes. The ATT will search, home, terminal home, and fuse on its target using technology developed under sponsorship of the Office of Naval Research (ONR). It consists of the following major sections: Nose, Warhead, Command & Control, Power Plant and Tail. The ATT is housed in an AURE, which consists of a thin-walled composite canister, electrical cabling to enable communication between the ATT and fire control, and energetics for launching the ATT. The resultant capabilities of the SSTD family of systems will be integrated into an open architecture designed system leading to the demonstration of an anti-torpedo detection and track for TWS and hard kill engagement for CAT. Initial Operating Capability (IOC) for both TWS and CAT is planned for FY18. The objective of the TWS procurement is to field detection, classification, localization, command and control display, operator interface, and automated torpedo alert for surface ship torpedo defense. The future procurement of TWS may result in the award of a single prime contract at the TWS level or multiple contracts at the major module levels described above. The objective of the CAT procurement is to field a hardkill countermeasure consisting of an all-up-round canister with launch enegretics and an anti-torpedo torpedo (ATT) consisting of the acoustic nose assembly, warhead, command and control section, power plant section and tail section. The future procurement of CAT may result in the award of a single prime contract at the CAT level or multiple contracts at the major module levels described above. The CAT is being developed by Applied Research Laboratory, Penn State University (ARL PSU) and Naval Surface Warfare Command, Indian Head Division (NSWC IHD). The AURE is being developed by Naval Undersea Warfare Center, Newport Division and SPAWAR Systems Center, San Diego. The development includes generation of technical data that will allow potential production contractors to bid a build to print design. The ATT is divided into five Major Modules: (1) Acoustic Nose Assembly (ANA) -The ANA includes an acoustic array and array processing. (2) Warhead - The Warhead includes the main charge explosive and the safe and arm electronics. (3) Command and Control - Command and Control section includes the Guidance and Control electronics vehicle control electronics, power distribution and the thermal battery. (4) Power Plant - The Power Plant includes a lithium based Stored Chemical Energy Propulsion System (SCEPS) Engine, reduction gear, a number of Electro-Explosive Devices for Engine start up and propulsion electronics. (5) Tail Section - The Tail Section contains control surfaces, Propulsor and Platform Interface electronics for interface to the ship s weapon system. The tactical warhead production is planned to be at NSWC IHD and will be supplied to the integrator as Government Furnished Equipment (GFE). Part of the build to print technical design work for the ATT is to provide built-in-test and test equipment for both the major module level and CAT level to allow sell off at either level, as well as final test at the CAT level. It also allows for life cycle support of the weapon. The Government Furnished Information (GFI) for the test equipment will be included in the Technical Data Package for either a single contractor or multiple contractors at the major module level. The scope of this potential program currently is approximately 90 CAT Low Rate Initial Production (LRIP) units and 750 Production units. The government is also looking at other applications for the CAT which may expand its market further. No Foreign Military Sales (FMS) are anticipated at this time. The CAT software is being developed and will be maintained by ARL PSU. Configuration management of the build to print modules/system will be jointly maintained by the contractor(s) and government (via ARL PSU). Engineering Development Models (EDM) and Prototypes will not be part of the production contractor(s) responsibility. The last EDM built by ARL PSU is planned to be identical to the technical data package issued for LRIP. The TWS is divided into five Major Modules: (1) TWSRA - The TWSRA is the Torpedo Warning System Receive Array which is comprised of a modular TWS Receive Array with a separator cable and inter-module tether cables. (2) TAAS - The TAAS is a Towed Active Acoustic Source. (3) TAG & TCG - The TAG is a Target Acquisition Group and TCG is the Tactical Control Group, which consist of Inboard Processors with Displays. (4) TWSRA and TAAS Power Supplies (5) RSG - The Ready Stow Group will be used for stowage and necessary shock, IM, and shipboard interfaces for CAT. The RSG provides IM protection for the Warhead. The TWS System shall be integrated with the AN/SLQ-25X which will provide power to the TWSRA and TAAS, as well as, physically tow these arrays. NAVSEA awarded a Phase III SBIR contract to 3Phoenix Corporation on 23 September 2011 for the development of four TWS EDMs. NAVSEA intends to satisfy Low Rate Initial Production (LRIP) and Full Rate Production (FRP) requirements under a future competitive procurement with offeror s proposing in response to a performance specification. Note as the RSG is currently being developed by ARL PSU under their CAT development effort that includes the generation of technical data, NAVSEA expects to be in a position to allow potential TWS production contractors to bid a build to print design for the RSG component of the TWS system. The scope of this potential program currently is approximately 4 or 5 LRIP units and 45 Production units (CVN ships - 12, and CLF ships - 33). No FMS sales are anticipated at this time. Note: Current delivery projection is 2 or 3 TWS systems per year during the period of 2017-2033). The Torpedo Warning System Receive Array (TWSRA) component shall be a flexible towed and reelable modular array that receives power through the tow cable. The TWSRA shall transmit received data back through the tow cable for Target Acquisition processing. The Towed Active Acoustic Source (TAAS) component shall be a flexible towed and reelable line array assembly that receives power and transmit information through the tow cable interface. It is responsible for active transmission from which echoes from targets will be used for target acquisition and alertment. The TAAS operation shall provide signal transmit operations in either a pulsed mode or continuous active transmission. The Target Acquisition and Tactical Control Processor component shall be comprised of a set of processors running software that provides detection, localization, state estimation, data fusion, alert generation, tactical recommendations, and displays. Detection, Localization and classification shall utilize raw sensor data to produce passive and active contacts. Final integration would be performed at the contractor s facility, a government owned facility that is contractor operated (GOCO) or a government owned and operated facility (GOGO). Information Requested: Contractors interested in becoming a single prime contractor for the TWS or CAT, or TWS and CAT should discuss their strategies for teaming with subcontractors and successes that have been achieved in this area for similar contract actions. Contractors interested in single major module production or multiple major module production should explicitly state which areas they are interested in manufacturing and focus their discussion on their capability to build these modules. The discussion should include recent relevant business experience and their planned approach to meet the requirements stated above. Specifically, firms should discuss their past success with Build to Print contracts (for CAT) or performance based contracts (for TWS) and relevant experience where higher level integration is required after delivery of their assemblies. If the contractor has experience with similar systems that were not build to print , inclusion of this information in the report is also desired. Interested firms are encouraged to submit a capability summary that does not exceed five (5) pages in length describing production capability and their experience with similar items. The capability summary should explicitly state if they are interested in the single prime production contractor role or the major module level production role. Responses should include- (a) The name, address, cage code, and DUNS number of the contractor and where the CAT or TWS, or CAT and TWS would be built; (b) Point of contact including name, title, phone, and email addresses; (c) A description of similar or like complexity devices currently offered by the contractor that meet, or with minor modifications might meet, some or all the listed requirements and the required subcontractors as determined. Where to submit- Email responses or inquiries should be sent to Eric Horan, eric.horan@navy.mil. To help ensure proper receipt; please place the word TWS/CAT RFI Response in the subject field of your e-mail correspondence. Information may also be sent to the following address: Commander, Naval Sea Systems Command, Stop 2050 Attention Eric Horan Code 02622H 1333 Isaac Hull Avenue SE Washington Navy Yard, DC 20376-2050 No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as a solicitation is not prepared at this time, nor has an Acquisition Strategy (AS) or Acquisition Plan (AP) been prepared or approved. This sources-sought synopsis is intended to solicit information from Industry to inform the Government representatives that will be engaged in the development of applicable acquisition planning documentation in the immediate future. When to Submit - Responses are requested by 16 December 2011. Notice Regarding Solicitation - Please note that this synopsis is for information purposes and to identify potential sources only. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. Notice Regarding Proprietary Information - All submitted materials will be designated for Government Use Only. Other - No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R6232/listing.html)
 
Record
SN02627428-W 20111124/111122234454-f8a05d6446f3fd30d3be947031efeadd (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.