Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 29, 2022 SAM #7608
SOURCES SOUGHT

58 -- TB34A Production, Integration, Testing

Notice Date
9/27/2022 9:25:49 AM
 
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
N00024236100
 
Response Due
10/28/2022 8:00:00 AM
 
Point of Contact
Edward Pollack
 
E-Mail Address
edward.m.pollack.civ@us.navy.mil
(edward.m.pollack.civ@us.navy.mil)
 
Description
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 Naval Sea Systems Command (NAVSEA) seeks to obtain a list of interested candidates to provide proposed manufacturing capability and technical solutions to address the Submarine Fleet�s requirement for reliable integration, production, and testing of TB-34A Towed Arrays. If a Request for Proposal (RFP) is issued, it would be a performance-based contract that is awarded for assembly, integration, testing, inspection, packaging, and delivery of TB-34A arrays. The required telemetry shall be provided as Government Furnished Material (GFM). The TB-34A systems shall be compatible with the existing, fielded, TB-34 series tow cables, TB-34A array modules, handling systems, signal paths, receivers (CTAR3 series), test equipment, and the Host Sonar System (HSS), AN/BQQ-10. The respondents shall have experience as a system integrator, including experience in the development of towed arrays as well as the integration of the overall towed system. The respondents shall be able to coordinate towed array production, and integration across diverse industry partners (both large and small business), academia, and Government warfare centers. The respondents shall show that they are knowledgeable of towed arrays and facilities, handling systems, and integration with the Host Sonar System. The respondents shall describe the physical manufacturing test capabilities for Production verification and factory acceptance testing of the contract end items. Specifically, the respondents shall describe the following production test capabilities and the location of the testing facilities: 1. Vibration Testing (Array and module level) 2. Pressure Testing (Array and module level) 3. Temperature Testing (Array and module level) 4. Tension Testing 5. Buoyancy Testing 6. Heading Sensor Calibration 7. Depth Sensor Calibration 8. Voltage Sensor Calibration 9. Current Sensor Calibration 10. Temperature Sensor Calibration 11. Insulation Resistance Measurement 12. Hydrophone Channel Gain and Phase 13. Coupling Voltage 14. Fiber Optic Testing 15. Acoustic Calibration 16. Hydrophone Spacing Test The respondents shall describe any specialized test facilities that will be required for environmental testing, and whether the facilities are leased or owned. The respondents must have a facility security clearance issued by the Defense Security Service at the SECRET Level. The following system requirements are applicable: TB-34A PERFORMANCE: If solicited, the TB-34A array shall be required to perform in the operational conditions associated with Submarine combatants. Performance requirements are specified in the NUWC-NPT Technical Document 11,987B TB-34()/BQ Towed Body Performance Specification document� dated 08 January 2021. All modules of the same type shall be fully interchangeable with each other as well as with existing, fielded, TB-34A modules, without the need for internal access, such that any module can be replaced with an equivalent module in the same location. Components and parts of the identical subassemblies shall be functionally and mechanically identical. SCHEDULE: If solicited, NAVSEA will be interested in a production contract for TB-34A Fat Line Towed Arrays to achieve the Submarine Fleet�s inventory objective expeditiously. To support production requirements, the Navy requires a 12-month delivery for the first production array, with succeeding deliveries of one Array every month thereafter, at a minimum, until complete. To evaluate this attribute, ��the Navy will consider the vendor �s approach to production planning, including material lead-time, personnel, facilities, and the use of matured subsystems, work processes, and components. The Government desires at least a Government Purpose Rights (GPR) license, (as defined in DFARS 252.227-7013 and DFARS 252.227-7014) in all, noncommercial technical data (TD), in all noncommercial computer, software (CS), and in all noncommercial computer so?ware documentation (CSD). If an RFP is issued for these requirements, the Government intends to seek at least a GPR license in all Technical Data Packages (TDPs) to be delivered during the performance under this program. Please describe your approach to data rights licenses and what will be the Government's ability to use, modify, release, or disclose such TD, CS, or CSD. Additionally, describe how your approach to data rights licenses will ensure the unimpeded, innovative, and cost-effective operation, maintenance, and upgrade of the TB-34A program throughout its lifecycle. General system requirements will be available only to those companies with a validated security clearance at a minimum SECRET clearance level. To attain validation of security clearance, prospective respondents must submit a written request to Edward Pollack at edward.m.pollack.civ@us.navy.mil, and Erica Fetter at erica.e.fetter.civ@us.navy.mil. The controlled documents may only be provided to prospective respondents following approval by the NAVSEA Office of Security Programs and the Contracting Officer, and after approval is granted the documents will be mailed to the respondent. The written request must include: Company Name and Address; CAGE Code; Point of Contact Name, Email, and Phone; Level of Facility Clearance/ Level of Storage Capability; Facility Security Officer Name, Email, and Phone; Classified Mailing Address; Classified Mailing POC Name, Email, and Phone. Interested sources are requested to provide proposed manufacturing plans and technical solutions not to exceed twenty (20) pages (�8� x 11�) and 12pt. font with one-inch borders. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company Name, Address, Point of Contact, Phone Number, and E-mail address. Submission shall address the following: A description/matrix of how the respondent can assemble, integrate, test, inspect, package, and deliver TB-34A arrays. Detailed descriptions of test facilities to include drawings, pictures, brochures, etc., that will convey the operating principles, as well as general and specific system capabilities behind the submissions. Production capacity estimate for the units. Provide an estimate of maximum available monthly production capacity to meet government requirements. This capacity should be above and beyond any current production orders or current sales and should be able to be met without the introduction of new facilities. If new facilities are planned or required, state so. Descriptions of any past or current contracts whose deliverables are similar to those covered in this announcement, either in whole or in part. Please include the name and number of the on-going contract, contract scope, contract type, period of performance, contract deliverables, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. A respondent's capability package should clearly indicate whether they are a large business, small business, or a small disadvantaged business.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/438039198c3d454dba5fd3847293523a/view)
 
Record
SN06480540-F 20220929/220927230125 (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.