Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2014 FBO #4431
SOLICITATION NOTICE

20 -- TB-34 Towed Array and Light Weight Tow Cable - N0002414R6202

Notice Date
1/9/2014
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N0002414R6202
 
Point of Contact
Lisa M. Sherman, Phone: 2027810691
 
E-Mail Address
lisa.sherman@navy.mil
(lisa.sherman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea System Command (NAVSEA) intends to issue a Full and Open Competitive solicitation for the production of a modernized TB-34 Towed Body (TB-34) to include TB-34 Towed Array Assemblies and electro-optical Light Weight Tow Cable (LWTC) under a performance specification. This requirement also includes Engineering Services and Provisional Item Orders. The resultant contract will include one (1) base year and four (4) option years. The TB-34 will be the newest Fat Line Towed Array, housed inside the nominally 280 foot long stowage tube located outboard on submarine hulls. This array must provide high reliability, achieved by lower power requirements and reduced complexity. Additionally, enhanced Performance Monitoring/Fault Localization capability, embedded within the array structure, is needed to assist in onboard troubleshooting when at sea, and ultimately, allow for prediction of failures prior to arrays being installed on submarines. The TB-34 array will use an LWTC to enable the bandwidth required to be sent from the array to the submarine. In addition, wide-band sensors will be included in the aft end of the array to detect and provide directional information on very high frequencies of interest. The LWTC will permit increased scope towing in littoral regions as compared to Heavy Weight Tow Cables. The LWTC will be fully capable of withstanding buckling imparted by the OK-276 handling system as well as compressive loads exerted by the flusher/snubber unit. The TB-34s acoustic capability will be processed by the AN/BQQ-10 host sonar system. This processing can not only utilize the array as a stand-alone sensor, but will also be able to process the array in conjunction with hull mounted sensors that are now acoustically overlapped by the TB-34 array, contributing towards the continuing efforts to preserve SSN acoustic superiority. This RFP and related files listed under solicitation number N00024-14-R-6202 will be issued electronically. The RFP is expected to be issued prior to the end of March 2014. The RFP is expected to include a first article Cost-Plus Fixed Fee (CPFF) in the base period with Full Rate Production (FRP) units being procured on a Cost-Plus Incentive Fee (CPIF) basis in option 1, and with FRP units being procured on a Fixed Price Incentive (FPI) basis in option years 2-4. A total 40 production units are expected to be included in the RFP and priced via a stepladder pricing format. The performance specification and other related controlled files will be mailed only to those companies with a validated security clearance. To attain this clearance, prospective offerors must submit a written request to the PCO Representative, Lisa Sherman, at lisa.sherman@navy.mil. The written request must include the company name, cage code, and complete destination address and security point of contact. Once a prospective offeror's need-to-know and security clearance is verified and approved, the company will be authorized to receive the performance specification and other related controlled files. DFARS 252.204-7004 System for Award Management, applies. Lack of current registration in the SAM database will make an offeror ineligible for award. Information may be obtained via the internet at https://www.sam.gov. Once the RFP is issued, the Government will consider all comments received. The Government does not commit to providing a response to any comments or questions. All such questions should be received in writing within seven (7) days after release of the RFP to allow the Navy adequate time to prepare and issue responses to all offerors prior to the date and time set for receipt of proposals. The subsequent revision to any specification or RFP based on comments received remains solely at the Government's discretion. Access to the unclassified information involved in this RFP does not imply that foreign contractors can fully participate in this procurement. Should a foreign company choose to bid as a prime contractor, please notify the Contract Specialist identified below immediately. No further information can be released to a foreign entity until a favorable foreign disclosure decision is processed. If a foreign offeror decides to team with a U.S. prime contractor then the U.S. prime contractor must comply with the Department of State 22CFR Parts 120-130 and submit a request for an export license. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified below. This is not an RFP. This notice shall not be construed as a promise to contract or commitment of any kind. This information is subject to modification and in no way binds the Government to award a contract. The Government is not responsible for any cost incurred by industry in responding to this notice. Any questions regarding this synopsis should be directed to Ms. Lisa Sherman, Contract Specialist, by phone 202-781-0691 or via email at lisa.sherman@navy.mil. The contracting officer for this procurement is Mr. Ryan Hackett, phone 202-781-2398, email-ryan.hackett1@navy.mil. Mr. Hackett should be informed on any questions submitted in response to this procurement synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002414R6202/listing.html)
 
Record
SN03264663-W 20140111/140109235335-83806f18d5a040a825c5a8375d7ed675 (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.