Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
MODIFICATION

20 -- TB-37X Multi-Function Towed Arrays (MFTA)

Notice Date
8/29/2018
 
Notice Type
Modification/Amendment
 
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
N00024-18-R-6103
 
Point of Contact
John B. Watson, Phone: 2027815070
 
E-Mail Address
john.b.watson1@navy.mil
(john.b.watson1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
TB-37X MFTA Synopsis on issuance of RFP N00024-18-R-6103 The Naval Sea Systems Command (NAVSEA) intends to issue a Full and Open Competitive solicitation for the production of fifty-six (56) next-generation TB-37X Multi-Function Towed Arrays (MFTA) (to include an Array Interface Unit (AIU), Test Equipment, Tow Cables, Electro-Optical Slip Ring Assemblies, Drogues, and Shipping Containers). The actual number of TB-37X MFTA Arrays may increase at the time of Request for Proposal (RFP) issuance to accommodate the potential for foreign military sales. This requirement also includes up to 80,000 hours of Engineering Services, spare array modules, and Provisional Item Orders. The resultant contract will include one (1) base year and four (4) option years. The legacy TB-37/U MFTA is an integral part of the AN/SQQ-89A(V)15 Undersea Warfare (USW) Combat System Improvement Program for the Arleigh Burke Class guided missile destroyers (DDG-51), Ticonderoga Class missile cruisers (CG-47) and Zumwalt Class destroyers (DDG 1000). The TB-37X MFTA shall incorporate next-generation telemetry to mitigate reliability and obsolescence issues experienced with the legacy TB-37/U MFTA. The TB-37X will be deployed on additional platforms, including Littoral Combat Ship (LCS) and Next Generation Guided Missile Frigates (FFG(X)). The AIU is required to allow the existing AN/SQQ-89A(V)15 interfaces to process the new telemetry data, while also supporting legacy TB-37/U MFTAs while they remain in the fleet. NAVSEA intends to conduct a Full and Open Competition and to issue a RFP on or about 17 September 2018 with proposals due within 60 days. This RFP and related files listed under solicitation number N00024-18-R-6103 will be issued electronically at www.fbo.gov. 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, Brad Watson, at john.b.watson1@navy.mil. ALL PARTIES INTERESTED IN RECEIVING THE RFP CONTROLLED FILES MUST SUBMIT A WRITTEN REQUEST. The written request must include the following: a.Company Name b.Cage Code c.Company Address d.Technical Point of Contact e.E-mail Address f.Website address g.Telephone Number h.Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) i.Facility Security Officer (FSO) j.FSO phone number k.Classified mailing address l.Classified fax number m.Terms of Use Acceptance Form 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. 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. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified below. Please note that all unclassified questions and answers will be posted on www.fbo.gov Access to the unclassified information 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. DFARS 252.204-7004 ALT A, required Central Contractor Registration applies. Lack of current registration in the CCR database will make an offeror ineligible for award. Information may be obtained via the internet at www.ccr.gov or via telephone at 888-227-2423. 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 Mr. Brad Watson, Contract Specialist, by phone 202-781-5070 or via email at john.b.watson1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-6103/listing.html)
 
Record
SN05062361-W 20180831/180829231528-cffa1f0d1d4753ca05c3e04a2d6b7cf0 (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.