Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
SOURCES SOUGHT

59 -- Integrated Maritime Portable Acoustic Scoring and Simulation (IMPASS) system

Notice Date
6/10/2015
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 3a, 429 E. Bowen Rd. - Stop 4015, China Lake, California, 93555-6100, United States
 
ZIP Code
93555-6100
 
Solicitation Number
N6893615R0079
 
Archive Date
6/30/2015
 
Point of Contact
Sierra L Trepanier, Phone: (760) 939-8958, Kim Matsunaga, Phone: (760) 939-7084
 
E-Mail Address
sierra.trepanier@navy.mil, kim.matsunaga@navy.mil
(sierra.trepanier@navy.mil, kim.matsunaga@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond. The Naval Air Warfare Center Weapons Division (NAWCWD) Corporate Operations Competency, China Lake, CA is seeking qualified vendors to provide Integrated Maritime Portable Acoustic Scoring and Simulation (IMPASS) system version 4.0. This contract will be performed at contractor's facility. This sources sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. BACKGROUND This technical upgrade of components, IMPASS version 4.0 is to complete developments, integration, evaluation, Development Test (DT) and Operational Test (OT) based on an open architecture network, software, and hardware that enable the use of technology advances and development to deliver more capable and robust weapon scoring system. REQUIREMENTS The contractor shall provide IMPASS subsystem and components in accordance with (IAW) the following technical requirements. Specifications, Government Requirements Number of Buoys, 6 (maximum) Target Area, 16 Square Kilometers (minimum) Radio Frequency Range, 25 Kilometers (minimum) and 2-meter separation (minimum) Timing, 0.15 millisecond (maximum) Processing, 4 seconds (maximum) Operation and Duration, 60 hours (minimum) Set-up Time, 5 minutes / buoy (maximum) Global Operation and Accuracy, Independent to other Time, Space, Position Information Proven Acoustic Sensitivity, 57mm navy guns Dual Active + Passive System Capability, Active and Passive Night Operation and Recovery, Active and Passive ISO9001 Compliant, Yes Each IMPASS systems shall include: o Sensor Buoy Subsystem o 6 buoys make up of 1 (one) Sensor Buoy Subsystem  o Each buoy includes GPS capability  o Each buoy contains a Radio Frequency (RF) Unit  o Each buoy contains its own power source  o Each buoy includes a motherboard and harness necessary to integrate subsystems of a buoy  o Each buoy includes RF and GPS antennas  o Each buoy includes hydrophones  o Each buoy Subsystem shall be deployable and installable with crew of 2 (two)  o Each buoy shall include all electronics, mechanical and power source components to meet IMPASS Performance Specification and integrated in single underwater environment operational enclosure o RF Repeater Subsystem o 2 Repeater systems make up 1 (one) RF Repeater Subsystem  o Each Repeater system includes RF and GPS antennas  o Each Repeater system includes own power source  o Each Repeater system shall be deployable and installable with crew of 2 (two)  o Each RF Repeater shall include electronics, mechanical and power source components to meet IMPASS Performance Specification and be integrated in single sea environment safe enclosure o IMPASS Control Subsystem o 2 Control Systems make up of 1 (one) IMPASS Control Subsystem  o Each Control system includes 1 (one) laptop (GFE, Laptop will be provided by TSD)  o Each Control system includes 1 (one) radio unit  o Each Control system shall be deployable and installable with crew of 1 (one)  o Each Control system shall include electronics and mechanical components to meet IMPASS Performance Specification and integrated in single sea environment safe enclosure o IMPASS Support Equipment o 1 (one) set of support equipment to support maintenance and pre-deployment checkout o Support Equipment shall be deployable and installable with crew of 2 (two)  o Support Equipment shall include battery chargers and all necessary equipment and components to meet IMPASS Performance Specification and support maintenance and pre- deployment checkout o IMPASS Deployment Equipment  o 1 (one) set of deployment equipment to support operational use and certification sea test  o Deployment Equipment shall be deployable and installable with crew of 3 (three)  o Deployment Equipment shall include shipping containers and all necessary equipment and components for deployment The Contract Type is anticipated to be Firm Fixed Price (FFP) and Cost, Indefinite Delivery Indefinite Quantity (IDIQ) type. The estimated period of performance consists of a base year and four one-year options for a total performance period of 5 years. The anticipated start date is August 2015. ELIGIBILITY The applicable NAICS code for this requirement is 334519 with a Small Business Size Standard of 500 employees. The anticipated Product Service Code (PSC) for this requirement is 5962. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS Interested parties are requested to submit a brief capabilities statement (no more than ten (10) 8.5 X 11 inch pages in length, 12 point font minimum) demonstrating ability to provide the products described above. This documentation must address, at a minimum, the following: 1. Title of the requirement you are applying to. 2. Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. 3. Company Size (Small or Large according to the NAICS and size standard listed). If your company is a Small Business, 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. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the contract referenced relates to the requirements described above. 5. Company profile to include number of employees, annual revenue, office location(s), cage code, and DUNS number. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Sierra Trepanier, in either Microsoft Word (fully compatible with Microsoft Office 2003) or Portable Document Format (PDF), via email at sierra.trepanier@navy.mil Questions or comments regarding this notice may be addressed by email to sierra.trepanier@navy.mil. No phone calls will be accepted. The deadline for response to this request is 8:00 a.m. Pacific Time on 15 June 2015. All documents submitted shall reference this synopsis number. Information and materials submitted in response to this request WILL NOT be returned. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c2e89a2277e09681515a6a9ed6c01bc)
 
Record
SN03760104-W 20150612/150610235704-3c2e89a2277e09681515a6a9ed6c01bc (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.