Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
SOURCES SOUGHT

69 -- Polyethylene Tow Target (PETT)

Notice Date
4/4/2014
 
Notice Type
Sources Sought
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3, Commander, NAWCWD, Code 230000E, 575 I Ave, Suite 1, Point Mugu, California, 93042-5049
 
ZIP Code
93042-5049
 
Solicitation Number
N6893614R0112
 
Archive Date
5/1/2015
 
Point of Contact
Danielle Doud, Phone: 805-989-8054, Adrienne E. Hickle, Phone: (760) 939-4616
 
E-Mail Address
danielle.doud@navy.mil, adrienne.hickle@navy.mil
(danielle.doud@navy.mil, adrienne.hickle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1. This is a special notice open to U.S. industry requesting information (White Papers) on how their current companies may be able to provide the described Polyethylene Tow Targets (PETT). 2. The objective of this request is to determine the quantum of U.S. Industry which may be available and of which may also be capable of providing this PETT. It is anticipated that this contract will be sole-sourced to Forte Product Solutions, 4800 Main Street, Suite 300, Kansas City, Missouri 64112. The Government is looking for additional companies that may be capable and interested in performing the work. 3. Background: The Seaborne Target Division in Port Hueneme, California is charged with providing powered and unpowered targets for fleet training and weapons testing. It is anticipated that a sole source, five year Firm Fixed Price, indefinite delivery, indefinite quantity contract to include purchase of up to 500 PETTs will be issued through delivery orders. The PETT is a small seaborne craft that is towed behind a remotely controlled 8 meter Rigid Hull Inflatable Boat (RHIB) called the High Speed Maneuvering Surface Target (HSMST) or a remotely control Personal Watercraft (PWC) called the Shipboard Deployable Surface Target (SDST). The PETT is used as a target for training and for weapon systems Research Development Test & Evaluation. In general, the PETT must be low in cost, survivable in the case of damage, and be able to be towed behind the HSMST in all conditions and speeds that the HSMST can operate in. The PETT must be able to accept a variety of augmentation to change its radar, visual, and infrared signatures. 4. Submittals (White Papers) should address: 4.1 Size Characteristics Weight: less than 800 lbs Length: less than 16 feet 4.1 Performance Characteristics Speed: 40 knots in calm seas, 30 knots in sea state 2, general criteria: be able to operate towed behind a manned HSMST in all HSMST operator- safe sea state speed conditions. Drag: Clean target with no augmentation towed with 600' of ¼" diameter Sampson spectra line will have measurable average tow line tension not to exceed 700 lbs with peak tension not to exceed 1200 lbs Stability: It shall be possible for a single 180 lbs person to board the craft and stand up to 1' from the longitudinal centerline of the craft. Wind: The craft, with augmentation and under slow speed tow (< 5 knots), shall be able to handle wind gusts up to 35 knots without capsizing. Augmentation: The craft shall be capable of handling a variety of items to augment radar, infrared, and visual signature. This includes carrying the following items simultaneously; a 6' x 6' screen made from aluminum screen door material, a 35 lb heat source mounted 64" above the waterline, an Echomax EM-230+ radar reflector mounted 64" above the waterline, and a 6' x 2' solid aluminum visual augmentation panel. All augmentation shall be GFE. Outfitting: The craft shall possess five cleats on the deck, two each port and starboard and one at the bow. There shall be provisions for mounting at least three 2"-diameter aluminum poles to the deck with associated stay attachment points. Poles shall be GFE. There shall a waterproof hatch of at least 25x40 inches for accessing the inside of the hull and placing electronic equipment inside. A suitable attachment tow point shall be located at the bow. All screws, nuts, and bolts shall be stainless steel. Survivability: The craft must be able to survive numerous (> 30) 1/2" diameter holes and retain structural integrity during towing. In the case of a major hull breach, the craft must remain afloat. A CAD model could be provided upon request. 5. This notice is not to be construed as any type of request for proposal. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. 6. Submissions will be no greater than 10 pages in length and will be considered up to and including SECRET. Companies are to adhere to the National Industrial Security Program Operating Manual (NISPOM) procedures for the transmittal of classified responses. Company responses are to include a name and telephone number of a point of contact having the authority and knowledge to clarify responses with Government representatives. If your company is a Small Business, please specify if your company is or is not each of the following: (a) Service-Disabled Veteran owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. Based on the Size Standard of _______with NAICS _______________ (OR Revenue of tiny_mce_marker___________with NAICS _______. Companies are not limited to a single response. Questions are due in writing to the Contract Specialist no later than 15 days after the post date of this notice. Submissions are due within 30 days from release of this announcement by 12:00 PM PST and may be made by email. 7. This notice is part of the Government's market research, a continuous process for obtaining the latest information from industry with respect to their current and projected abilities. The information collected may be used by the Government to shape its future business strategies for Target requirements. Information received as a result of this request will be considered as business sensitive and will be protected as such. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. If respondents wish Government support contractors to sign a non-disclosure agreement, please include the form in the response. The Government will not use any proprietary information submitted to establish the capability, requirements, approach, or solution so as to not inadvertently restrict competition. 8. Only U.S. companies doing business in or based in the U.S. will be permitted to respond to this request. Responses to questions from interested parties will be promptly answered and provided equally to all interested parties. Any questions that involve the release of proprietary information (or the answer addresses a question peculiar to a company or that company's possible solution) must be submitted in writing to the technical POC for review and would be answered in general terms as determined by the technical POC. 9.Point of Contact is Danielle Doud, Contract Specialist; NIPR e-mail: Danielle.doud@navy.mil; Phone: 805-989-8054
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D3/N6893614R0112/listing.html)
 
Place of Performance
Address: Port Hueneme, California, United States
 
Record
SN03330059-W 20140406/140404234257-e38c1e6181562df15dbdcb32c56a901b (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.