Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1999 PSA#2496

Coastal Systems Station, Dahlgren Division, 6703 W. Highway 98, Panama City, FL 32407-7001

A -- ENGINEERING AND MANUFACTURING DEVELOPMENT OF AN ORGANIC AIRBORNE AND SURFACE MINE INFLUENCE SWEEP (OASIS) SOL N61331-00-Q-MR01 DUE 011020 POC Contract Specialist, Mark Ross (850) 235-5624; Contracting Officer, Carol Dreger, (850) 234-4863 WEB: www.ncsc.navy.mil/contracts/synopsis/syntable.htm, www.ncsc.navy.mil. E-MAIL: Ross_Mark@ncsc.navy.mil, Ross_Mark@ncsc.navy.mil. The Coastal Systems Station, Naval Surface Warfare Center Dahlgren Division is seeking sources for Engineering, and Manufacturing Development (E&MD) of an ORGANIC AIRBORNE AND SURFACE MINE INFLUENCE SWEEP (OASIS). OASIS will satisfy the U.S. Navy's need for a rapid coverage mine clearance capability required to sweep influence mines. The sweep system should be deployed from and towed by the Navy's CH-60S helicopter and be adaptable to being towed by a surface platform. This new system will meet the Navy's requirements for a new in-stride organic sweep system and thereby provide organic airborne mine defense for the carrier battle groups and amphibious ready groups. The minesweep system will consist of both a magnetic and acoustic component, and if necessary, power supplies or generators. At this time, all the following technologies are being considered, but not limited to: conventional electromagnet coils, superconducting coils, magnetic tails, acoustic transducers, and novel technologies such as pulse power systems. The in-water component should be less than 930 pounds in weight, be capable of up to 40 knot tow speeds, with tension on the tow point less than 6000 pounds at 40 knots in water, and for a towed body system, a goal of 16 inches in diameter and 10 ft in length. This effort encompasses the conduct of all analysis, system engineering and design, development, fabrication, assembly, testing, qualification, operator and maintenance training, documentation, planning, and management required to support this effort as well as all materials, software, and services necessary to ensure successful performance of the responsibilities entailed in executing this program. The end product of this effort shall be a fully tested and operational sweep system that meets or exceeds the requirements of the system specification with a design and technical data package (TDP) suitable and qualified for production and operational use. The specific objectives of the E&MD contract are: * Delivery of three (3) Engineering Development Models (EDMs) * Demonstrate sensor performance that meets or exceeds the threshold values as established in the Test and Evaluation Master Plan (TEMP) for the key performance parameters listed in the OASIS Operational Requirements Documents (ORD). * Demonstrate a final system configuration that is fully integrated and compatible with the CH-60S host platform. * Demonstrate, during the Operational Test (OT) and Operational Evaluation (OPEVAL), that the CH-60S/OASIS system concept is both operationally effective and operationally suitable. * Produce a complete and accurate TDP including elements such as system design, Integrated Logistics Support (ILS), training, operation and maintenance suitable for competing any follow-on full rate production requirements. Delivery and performance-period requirements have been established to support a Milestone III decision late in fiscal year 2003. The Navy is considering a follow-on contract award to the successful E&MD contractor to provide Low Rate Initial Production (LRIP) units at the completion of the E&MD contract. The Government intends to release a draft Request for Proposals (RFP) for industry comment at the end of the 1st quarter of fiscal year 2000. Interested sources on this program will be required to demonstrate: a. Recent and relevant experience in the development of military systems documentation for fielded systems including training and system support. b. Capability and experience in successfully operating within an Integrated Process and Product Development (IPPD) environment which will incorporate structured use of joint Government and Contractor Integrated Product Teams (IPTs) from the program management level down through the working levels. c. Capabilities and relevant experience on helicopters or in systems operating in a helicopter environment (including systems installation on helicopters). d. Facility and personnel security clearances at the SECRET level. The E&MD phase will commence with Milestone II Decision in the 3rd Quarter of 2000 with award of the E&MD contract in the 4th quarter of fiscal year 2000. Additional information regarding the OASIS program is available on the Coastal Systems Station website at http://www.ncsc.navy.mil/CSS/Projects/OASIS/oasis.htm. Interested firms shall respond with brief documentation showing the company's ability in the areas described above. Only prime contractors should respond. A list of responding prime contractors will be furnished to potential subcontractors upon request. This is not a solicitation nor will a solicitation package be issued as a result of this announcement. If a solicitation is developed, it will be advertised in the Commerce Business Daily. Responses requested within 30 days, but will be accepted up to 3 months. Direct expression of interest in participating in the OASIS E&MD should be addressed in writing to Mark Ross, Code SP10, Coastal Systems Station, 6703 West Highway 98, Panama City, Fl 32407-7001 (850) 235-5624 FAX (850) 234-4251, E-mail RossMP@ncsc.navy.mil. Posted 12/13/99 (W-SN407985). (0347)

Loren Data Corp. http://www.ld.com (SYN# 0008 19991215\A-0008.SOL)


A - Research and Development Index Page