Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2022 SAM #7491
SOURCES SOUGHT

58 -- Multifunction Modular Mast System

Notice Date
6/2/2022 12:14:17 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-22-R-6202
 
Response Due
7/8/2022 1:00:00 PM
 
Point of Contact
Patrick Dooley, Michael Ravnitzky
 
E-Mail Address
patrick.s.dooley3.civ@us.navy.mil, michael.j.ravnitzky.civ@us.navy.mil
(patrick.s.dooley3.civ@us.navy.mil, michael.j.ravnitzky.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT IS NOT SEEKING OR ACCEPTING UNSOLICITED PROPOSALS. This Sources Sought/Request for Information notice (as authorized by FAR 15.201) is issued by the Naval Sea Systems Command (NAVSEA), in support of Program Executive Office Undersea Warfare (PEO USW), to identify sources interested in fulfilling the production and maintenance requirements for a Multifunction Modular Mast (MMM) system.� The MMM is a non-rotating Omni-directional communications-acquisition and Direction Finding antenna with a removable payload module. The MMM development strategy is to leverage the existing design deployed on the Block IV/V VA class submarine with minimal design changes. The MMM will be installed on either the VIRGINIA Block I/II/VI or SEAWOLF class submarine and shall meet the requirements of a Performance Specification (System Performance Specification for the Technical Insertion (TI) 24/26/28/30 AN/BLQ-10 Submarine Electronic Warfare (EW) System) with a focus on EW performance, reliability and survivability (Grade A shock). The MMM system consists of the following components: ��� �Above Deck Sensor Unit (ADSU) � �o�� �Tactical Module � �o�� �Payload Module � �o�� �Protective Cap ��� �Outboard Cables � �o�� �Tactical; Outboard Cable � �o�� �Augment Outboard Cable ��� �Electrical Hull Penetrator (EHP) � �o�� �Tactical EHP � �o�� �Augment EHP ��� �Junction Box Unit (JBU) � �o�� �Tactical JBU � �o�� �Augment JBU Interested parties are requested to respond with a White Paper that includes capability statements that addresses their proposed plan, and concepts to delineate a viable approach to meeting the requirements of the performance specification, with special emphasis on the following:� 1)�� �Performance and Survivability a.�� �Provide an overall technical description of the functions and capabilities of the equipment you are capable of delivering b.�� �Provide details of how you would meet Mean Time Between Failure (MTBF) performance specifications requirements c.�� �Provide analysis or data addressing the underwater shock survivability of the outboard equipment you are capable of delivering d.�� �Provide analysis or data addressing the underwater environmental survivability of the outboard equipment you are capable of delivering e.� �Provide details on how you would meet overall dimensions, weight, and power performance specifications f.�� �Provide details on the sensor cables routing and handling strategies you would employ g.� �Provide details on how you would meet payload module interface performance specification requirements h.� �Provide details on how you would meet the Radio Frequency and Direction Finding functionality (of the technical module) performance specifications requirement 2)�� �Maintenance Philosophy a.�� �Describe the maintenance and repair processes proposed to support the equipment on US Navy Submarines (i.e., operational and intermediate level maintenance) b.�� �Describe your approach to providing field-maintenance related engineering services contracted using a task order approach c.�� �Describe your approach to providing fleet-support field-maintenance repair on-site assistance to submarine platforms for MMM system troubleshooting and repair d.�� �Describe the depot maintenance philosophy and capability for the system 3)�� �Data Rights a.�� �The Government desires at least a Government Purpose Rights (GPR) license (as defined in DFARS 25.227-7013 and DFARS 252.227-7014) in noncommercial TD, CS, and CSD, including object code, executable code and source code. 4)�� �Recent and Relevant Contract Experience a.�� �The explanation should describe current or past contracts explaining experience with the above focus areas.� Sources Sought Document Access/ Request submission due date: The Government performance specification will not be posted online as an attachment to this sources sought notice. �It is available by request. National policy does not support release of these documents to foreign sources. The performance specification will be provided only to those companies with a valid facility security clearance of SECRET or higher. To obtain a copy of the performance specification, companies shall submit a written request via email to Mr. Patrick Dooley at patrick.s.dooley3.civ@us.navy.mil and Mr. Michael Ravnitzky at michael.j.ravnitzky.civ@us.navy.mil by 4:00PM, 17 June 2022. �The subject line of the email should have �Multifunction Modular Mast system (insert company name) TOU N00024-22-R-6202.� �Telephonic requests are not acceptable.� Interested companies who are interested in receiving the performance specification shall provide a written request that shall include the following data: ��� �Company name ��� �CAGE code and DUNS� ��� �Complete company address ��� �Point of Contact information, to include � � o�� �E-mail address � � o�� �Telephone number � � o�� �Name/Job Title � � o�� �Fax number ��� �Facility Clearance level (including issuing Government agency, and expiration date), to include � � o� � Security Point of Contact information� ��� �DD Form 2345 ��� �A filled Out Terms of Use (TOU) agreement attached to this sources sought posting ��� �Business Size/Status (i.e. Large, SB, VOSB, SDVOSB, WOSB, etc.) ��� �Number of Employees� Once a company security clearance is verified and approved the company will be authorized to receive the requested document. This SECRET material will be returned to the Government or show proof of destruction in accordace with the TOU. Sources Sought Response/Submission and Deadline: All written expressions of interest and information in response to this sources sought shall be submitted to Mr. Patrick Dooley at patrick.s.dooley3.civ@us.navy.mil and Mr. Michael Ravnitzky at michael.j.ravnitzky.civ@us.navy.mil by 4:00PM, 08 July 2022. � The subject line of the email should read ""(company Name) Sources Sought Response - Multifunction Modular Mast system N00024-22-R-6202."" � NOTE: SS/RFI responses are limited to 20 pages or less, 1 inch margins, and 10 point Times New Roman font or larger. The Government will accept specific questions or comments submitted in response to this notice or information provided as a result of this Sources Sought Notice. The Government may or may not be able to provide answers at this time. Responses may contain a separate annex classified up to the SECRET level, if necessary, but any classified annex needs to be marked, handled and transmitted appropriately in accordance with the referenced security classification guides for the MMM system. Disclosure: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. �This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. �Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. �Therefore any cost associated with the market research submission is solely at the interested vendor's expense. �The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. �Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. �Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. �Respondents will not be notified of the results of this notice. �The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. �Submissions will not be returned. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCES SOUGHT NOTICE. Information submitted in response to this RFI will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records law only if properly labeled as such.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/50dd4a68011640a0ab8c17c4e0306d83/view)
 
Record
SN06346511-F 20220604/220602230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.