Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOURCES SOUGHT

A -- MK54 Mod 1 Torpedo Acoustic Array Assembly Sources Sought - Sources Sought Attachments

Notice Date
7/22/2016
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-S-8899
 
Point of Contact
PAUL THOMAS, , JEFFREY COLE,
 
E-Mail Address
PAUL.D.THOMAS@NAVY.MIL, JEFFREY.B.COLE@NAVY.MIL
(PAUL.D.THOMAS@NAVY.MIL, JEFFREY.B.COLE@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
TDP Request Form List of unclassified and classified documents THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small and large business firms capable of meeting the requirements described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). PURPOSE AND BACKGROUND INFORMATION The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) is seeking information to assist the Navy as it performs its role as the system integrator for the MK54 Torpedo System. The USW Weapons, Vehicles, and Defensive Systems Department is seeking to identify potential sources that possess the technical capability and qualifications in meeting the Government's minimum needs for the design, manufacture, test, inspection, and delivery of Acoustic Array Assemblies (AAAs) to be used in the upgrade of the MK 54 MOD 1 LWT. DETAILED DESCRIPTION The MK 54 Lightweight Torpedo (LWT) is a self-propelled weapon that responds to and prosecutes localized submarine threats in complex maritime environments. It must operate in shallow water acoustic and environmental conditions, be effective in the presence of threat countermeasures, and have MK 46 Anti-Submarine Warfare (ASW) capability in deep-water scenarios. The MK 54 MOD 1 LWT will utilize a newly developed sonar section for improved performance in challenging scenarios. Coupled with a planned software improvement program the MK 54 MOD 1 LWT will improve weapon effectiveness against the current and future submarine threats. The AAA is comprised of acoustic transducer elements, vibration isolation mounts, array frame, and acoustic window. It also includes an interconnect board to torpedo electronics and the electronics housing (e.g. torpedo nose shell). The USW Weapons, Vehicles, and Defensive Systems Department is providing Technical Documentation consisting of Performance Specifications and Interface Control Documents associated with this Sources Sought for informational purposes only. These UNCLASSIFIED and CLASSIFIED documents will be made available via DVD media. The Specifications are classified CONFIDENTIAL and interested vendors are required to complete and submit the "Classified Material Request Form" that is attached to this notice. These classified documents will only be supplied on a CD/DVD that will be mailed separately. Interested parties must be authorized to handle and store classified documents. Only one copy of the classified CD/DVD per section will be distributed per company. Interested parties should request the documentation within 10 days of the issuance of this notice to ensure adequate time for verification of security requirements and distribution of media. REQUESTED INFORMATION Respondents are requested to review the Technical Documentation and respond with the following information: a) Describe your capabilities and experience in developing acoustic sensors. b) Describe your capabilities and experience designing electronic and mechanical hardware to customer performance specifications. c) Describe any projects/programs you have developed/produced with similar complexity and scope to the MK54 MOD 1 LWT AAA requirements, indicating where you may be able to integrate these known technologies to meet the Government's minimum requirements. d) Describe your capabilities and experience manufacturing multi-year production quantities of complex items. e) Identify whether you would act as a prime contractor for the system or a subcontractor for required components. SUBMISSION DETAILS Respondents should provide a company profile to include the following: i) Company Name ii) Company Address iii) Point of Contact iv) E-mail Address v) Website Address vi) Telephone Number vii) Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) viii) Number of employees The desired format for submissions is white paper or similar narrative (contractor's format). Please limit your response to not more than 10 single-sided pages 1-inch margins; and 12 point font. Responses shall be submitted in writing and are due no later than sixty (60) days after publication of this Sources Sought. Submissions shall include one (1) hard copy original (paper) copy and one (1) electronic submission on CD-ROM suitable for reading in a standard PC compatible CD-ROM drive. All view graphs shall be in Microsoft PowerPoint 2010. All text, which may include visual aids, shall be in Microsoft Word 2010 or searchable Adobe Acrobat Portable Document Format (PDF). All schedules, including Integrated Master Schedule (IMS), shall be in Microsoft Project 2010. The electronic material shall not contain any information not contained in the hard copy format. ****If a classified supplement is included it shall be provided as a separate addendum to the hard copy original and on a separate CD-ROM with appropriate security classification markings. The classified supplement is not included in the 10 page limitation.*** Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Respondents that include in their submissions data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall: (1) Mark the title page with the following legend: This response includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this White Paper. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this submission. Each hard copy and electronic CD-ROM shall be labeled as follows: N66604-16-S-8899 Company Name, City, State Point of Contact (POC) Name POC Phone # Security Classification of the Response All responses should be marked as follows: Commanding Officer Naval Undersea Warfare Center Attn: Paul Thomas, Code 8554 N66604-16-S-8899 1176 Howell Street Newport, RI 02841-1708 QUESTIONS The Government does not intend to release any supplemental information related to this Sources Sought nor does the Government intend to address any technical questions related to this Sources Sought. Responses to the Sources Sought will not be returned. Questions regarding SUBMISSION DETAILs for this announcement shall be submitted in writing, via e-mail, to Naval Undersea Warfare Center Division Newport, Mr. Paul Thomas (paul.d.thomas@navy.mil) Code 8554. Verbal questions will NOT be accepted. Contracting Office Address: Simonpietri Drive Newport, Rhode Island 02841-1708 United States Primary Point of Contact.: Paul D. Thomas paul.d.thomas@navy.mil Secondary Point of Contact: Jeffrey B. Cole jeffrey.b.cole@navy.mil DISLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS 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 ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-S-8899/listing.html)
 
Record
SN04193482-W 20160724/160722234853-db7936422f695fafade0d0129fa7d7dc (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.