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