Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2009 FBO #2601
SOURCES SOUGHT

19 -- REQUEST FOR INFORMATION (RFI)/MARKET SURVEY for a ROM cost and timeline to repair and recertify ASDS-1

Notice Date
1/7/2009
 
Notice Type
Sources Sought
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002409N6223
 
Response Due
1/22/2009
 
Archive Date
2/6/2009
 
Point of Contact
Brian Pelletierphone 202-781-1927 e-mail brian.c.pelletier@navy.mil<br />
 
Small Business Set-Aside
N/A
 
Description
PURPOSE: The purpose of this RFI is to obtain information from industry, including a ROM cost and timeline, to repair and recertify the Advanced SEAL Delivery System (ASDS-1). Repairs could potentially include replacing all components forward of the hatch between the Operator's Compartment (OC) and the Lock In-Lock Out (LIO) Chamber. DESCRIPTION: This RFI is being conducted to determine if there is industry interest to develop a ROM cost and timeline to repair and recertify ASDS-1 for manned operations. On 9 November 2008, a battery fire occurred on ASDS-1 at SEAL Delivery Vehicle (SDV) Team ONE compound, in Pearl City, HI. This fire resulted in significant damage to the ASDS-1 Operator's Compartment (OC). The repair strategy being evaluated entails the replacement of all components, including the hull structure, forward of the hatch between the OC and the Lock In-Lock Out (LIO) Chamber. The Government has not made a decision to repair ASDS-1 but responses to this RFI would help provide information inherent in that decision. This RFI is for fact finding only and does not constitute a commitment or obligation by the Government to issue an Request For Proposal (RFP), contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor! will the Government return any data provided. BACKGROUND: While completing a charging evolution on 9 November 2008, a battery fire occurred on ASDS-1. The vehicle has been restored to a safe condition and a detailed damage assessment is being performed by the ASDS Planning Yard. In order to allow programmatic decisions to be made that will help expedite the repair and recertification of ASDS-1 a Rough Order Magnitude (ROM) cost and timeline is required. The initial visual inspection of the vehicle revealed significant damage to the OC pressure hull structure and to all the systems installed internal and external to this compartment, including but not limited to hydraulics, high pressure air, oxygen, power distribution, external titanium battery bottles, and external fairings and support structure. NAVSEA has determined that one of the viable repair options for the vehicle is the replacement of the entire forward section of the vehicle. The repairs would also include the replacement of all four (4) ASDS hatches. APPROACH: In order to minimize technical risk and expeditiously return ASDS-1 to operational status, if a contract were awarded, the contractor would be tasked, to the maximum extent possible, to repair the vehicle to the existing configuration. The only exception would be design changes required to address obsolescence issues. In addition to reutilizing all the components and structure aft of LIO/OC hatch the Government expects that the following potential items would be GFE:a)Integrated Control and Display Systemb)Forward Looking Sonarc)Thruster Motors and Controllers d)Anchor Systeme)Battery Stringsf)External communications equipment and cryptographic equipment g)ASDS Hatches GENERAL REQUIREMENTS: These repairs will be completed to restore ASDS-1 to the currently approved configuration, with the exception of design changes required to address obsolescence issues. The repair effort should include completion of all required post repair testing and recertification requirements, including installation component/system testing, dockside operational, and at-sea operational testing. DATA LIBRARY: The Government will provide an electronic library (e.g. CDs) for responder accessibility to the data/documents identified below. In addition, the documents will be made available at or near the Program Office in the Washington Navy Yard. The Government does not warrant the content and performance of the design data contained therein:.ASDS-1 drawings -.pdf files (electronically editable drawings may be available at a later date) To receive a copy of the electronic library, respondents must submit a request for additional information to: Naval Sea Systems Command Attn: Brian Pelletier, Code PMS399, 614 Sicard Street SE, Stop 8840, Washington Navy Yard DC 20376-8840, phone 202-781-1927 e-mail brian.c.pelletier@navy.mil. This request shall include: Respondent's Name, Address and Zip Code, and Cage Code. RESPONSES: Respondents should submit responses in hard copy and electronic format (.pdf, word, excel, project, powerpoint). Responses must include the name, position, telephone number, and e-mail address of the Industry Point of Contact (POC) for technical and contractual issues. Information is desired in the following areas: A)Identification of a ROM timeline to complete the repairs. This timeline should include the anticipated critical path and key milestones for completing the repair in the most expeditious manner. The responses should identify and address the highest risk areas to meeting the ROM timeline.B)Technical feasibility and cost implications of conducting repairs at ASDS-1 current location at SDV Team ONE, and if not feasible, identification of required repair location.C)Identification of a ROM cost to complete the repairs. This cost estimate should identify the major cost components for the repair.D)Estimate of the level of effort required to address issues which may result from conducting the repairs utilizing the existing ASDS drawings and addressing obsolescence issues. SUMMARY: Naval Sea Systems Command (NAVSEA) will manage this survey. Respondents may respond to this RFI within 15 days of this notice to: Commander, Naval Sea Systems Command Attn: Brian Pelletier, Code PMS399, 614 Sicard Street SE, Stop 8840, Washington Navy Yard DC 20376-8840. Electronic responses may be sent to brian.c.pelletier@navy.mil (unclassified). All interested sources are encouraged to respond. All responses submitted will be reviewed. All submissions shall be considered proprietary/potential source selection sensitive and treated accordingly. The Government does not commit to providing a response to any comment or questions. The Government may use the information provided in response to this RFI to support urgent, on-going, initiatives within DoD to analyze emerging requirements for systems that can improve the overall effectiveness of SOF. Any revision to this RFI based on comments received remains solely at the Government's discretion. These initiatives may ultimately result in the Government developing and issuing an RFP. NAVSEA provides the above information for information only. This is not a Request for Proposal or announcement of a solicitation. This Request for Information does not constitute a commitment by the Government to issue an RFP, contract or order. Under FAR Part 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for any effort expended or any material provided in response to this announcemen! t, nor will the Government return any data provided. No basis for a claim against the Government shall arise as a result of this RFI notice for Government-use of any information provided.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9c3c2fad78ccb1dbdcbf1b51e84f338e&tab=core&_cview=1)
 
Record
SN01728609-W 20090109/090107220624-9c3c2fad78ccb1dbdcbf1b51e84f338e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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