Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2022 SAM #7520
SOLICITATION NOTICE

58 -- Acoustic Augmentation Support Program (AASP) Very Low Frequency (VLF) Transducer

Notice Date
7/1/2022 5:31:14 AM
 
Notice Type
Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660422R0149
 
Response Due
7/15/2022 11:00:00 AM
 
Archive Date
07/30/2022
 
Point of Contact
Taylor Curtis, Phone: 4018322161, Teresa Michael, Phone: 4018325434
 
E-Mail Address
taylor.c.curtis.civ@us.navy.mil, teresa.m.michael2.civ@us.navy.mil
(taylor.c.curtis.civ@us.navy.mil, teresa.m.michael2.civ@us.navy.mil)
 
Description
The purpose of Amendment 0006 is to provide responses to industry questions, below, and add Attachment (5),�SeaState by Urick.� The closing date of this solicitation is extended to 15 July 2022 as a result. Question 1: 3.3.1 � Standard Test Conditions: States that �Frequency sweeps shall be made with a minimum of 5 Hz steps� � please confirm that this is minimum and not maximum? Answer 1: Frequency sweeps should not be greater than 5Hz (this is the maximum step for a sweep), 1Hz or 2Hz steps are preferred. Question 2: 3.3.5 -Self Noise:�What is the typical spectral noise measurement for SS0? Answer 2: Attachment (5) titled SeaState by Urick is added to provide spectral noise measurement information. Question 3: 3.4.1 -Operating temperature:�Please confirm that 65 degrees refers to the temperature of the surrounding seawater? Answer 3: This refers to the ambient temperature of the sea water in the Sea Chest where the XCDR will be located. Question 4: 4.3.1 � Watertight Integrity:�The maximum survival hydrostatic pressure is specified at being 681 PSI. This test calls for 1,000 PSI. Please confirm that requirement? Answer 4: These requirements are confirmed.� 4.3.1 is for water tight integrity to ensure the cables and connectors and transducer housing do not have water intrusion at the prescribed pressures (1,000 PSI).� Section 3.4.2 speaks to operational survivability of the transducer and being able to function with described pressures. Question 5: Table 4-4: Test Requirements for VLF Transducer:�Where the table lists the Government as being the responsible body to conduct the testing, is the contractor required to pay the Government for that testing (facility fees or otherwise)? If so, how will the contractor know the cost to include in their offer? Answer 5: � The Government is responsible for�paying for Government Performed Testing. All other terms and conditions remain unchanged.� Amendment 0005 The purpose of this amendment is to provide a response to a industry question and to add an update to Section L as follows. Question 1:� There appears to be an error in the file name for the Attachment 3 drawing -50225 00267RD. �Please confirm this is the correct document. Answer:� Yes, this is the correct document.� There was a discrepancy in the naming convention which will be changed upon award. Access to controlled documents for this solicitation may also be requested via DoD safe by the JCP certified registrant, in addition to the following Section L instructions: Section L: In order to receive the configuration management engineering drawing requirement/specifications/TDP/government furnished information (GFI), the company must be registered in the DOD Joint Certification Program (JCP). Once approved for the JCP the company will have access to the drawings through SAM.gov. Registered users are required to log in to their SAM account and have an active registration with JCP to view and download copies of the material. You must be certified under the United States/Canada Joint Certification Program (JCP) (https://www.dlis.dla.mil/jcp/) to be granted access to the technical documentation, via SAM.gov (http://sam.gov/). All other terms and conditions remain unchaged.� The purpose of Amendment 0004 is to: 1.�Respond to questions from industry as detailed in the attached Amendment 0004 N6660422R0149. 2. Update Section L with proposal submission information�as detailed in the attached Amendment 0004 N6660422R0149. All other terms and conditions remain unchanged.� The purpose of Amendment 0003 is to: 1.�Respond to questions from industry as detailed in the attached Amendment 0003 N6660422R0149. All other terms and conditions remain unchanged.� The purpose of Amendment 0002 is to: 1. Extend the proposal due date and time to Monday, July 11, 2022 at 14:00pm EST. 2. Respond to questions from industry as detailed in the attached Amendment 0002 N6660422R0149. All other terms and conditions remain unchanged.� The purpose of Amendment 0001 is to: 1. Extend the proposal due date and time to Thursday, June 23, 2022 at 14:00pm EST. 2. Respond to questions from industry as detailed in the attached Amendment 0001 N6660422R0149. All other terms and conditions remain unchaged. Solicitation Number N66604-22-R-0149 is released and is attached as a part of this notice. The Naval Undersea Warfare Center DIvision, Newport, RI (NUWCDIVNPT) has a requirement�to establish a�production contract for Very Low Frequency (VLF) Transducers, as specified in the attached Solicitation. Award of a single, Firm Fixed Price (FFP)�five-year indefinite delivery/indefinite quantity (ID/IQ) production contract for VLF transducers in support of the VLF series portion of the Navy�s Acoustic Augmentation Support Program (AASP) to support new system installs and a rotable spares pool for the fleet. The work to be performed under the contract is for a manufacturer to manufacture, test, inspect, package, and deliver first article and production VLF transducers that meet the performance requirement of the respective VLF Critical Item Performance Specification (CIPS) is anticipated. The procurement is solicited as unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standards is 1,250 employees.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d791af0458d548ec815b77e94cec4e38/view)
 
Record
SN06376933-F 20220703/220701230058 (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.