SOURCES SOUGHT
42 -- SOURCES SOUGHT ANNOUNCEMENT for a VERY HIGH FREQUENCY (VHF)-ENABLED PERSONAL LOCATION DEVICE FOR SUBMARINE ESCAPE
- Notice Date
- 3/9/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N00024 NAVAL SEA SYSTEMS COMMAND - 1333 ISAAC HULL AVE SE, WASHINGTON NAVY YARD, DC 20376-1080
- ZIP Code
- 20376-1080
- Solicitation Number
- N5523609N6231
- Response Due
- 4/30/2009
- Archive Date
- 5/15/2009
- Point of Contact
- Jason W. Simpson(202) 781-2743jason.w.simpson@navy.mil<br />
- Small Business Set-Aside
- N/A
- Description
- PURPOSE: THIS SOURCES SOUGHT SYNOPSIS IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. THERE ARE NO SOLICITATIONS, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Navy is interested in obtaining a list of sources capable of proposing to meet this requirement if a Request for Proposals (RFP) is issued for VHF-ENABLED PERSONAL LOCATION DEVICE FOR SUBMARINE ESCAPE. This effort, if solicited via a Request for Proposals, would be conducted in three phases consisting of a Competitive Down-Selection Phase, a System Test and Evaluation (T&E) Phase, and a Full Rate Production (FRP) Phase. BACKGROUND: The Program Manager for Advanced Undersea Systems (PMS394), on behalf of the US Navy, has a need for a VHF-enabled Personal Location Device for use during and after an at-sea evacuation or escape from a submarine. The mandatory system requirements follow; any respondent not meeting these requirements may not be considered a potential source. System Performance.Operating Temperatures: -20o to +70o C (-4o to +158o F).Case: Impact resistant and a capability of being depth rated to 300m (984ft).Durability: Tested as per IEC Standard 60945.Mounting Options: Includes attachment for belt, harness, or personal flotation device.Alerting Radius: Minimum threshold 25 nautical miles, Objective 40 nautical miles.GPS signal acquisition and alertment.Ability to differentiate and determine geographic locations for up to 50 personnel/survivors in the water at a time. Minimum threshold of 25 personnel/survivors..Secondary homing alertment via 121.5 mHz.Battery Life: minimum of 10 years in storage.Operational Life: 48 hours of transmission once activated Controls and Operation.Automatic Activation: Sea-water activated..Manual Activation: Switch activation.Self Test: Activates complete self test cycle. GPS Receiver.Channels: 20 channel parallel.TTFF (Time to First Fix): Threshold 10 minutes, objective 5 minutes.GPS Sensitivity: Minimum -160dBM SCHEDULE:Prototype test articles will be required for Phase II Test and Evaluation by 1 May 2010. RESPONSES: The Government requests that the following accompany any submission: Company name; Address; Point of Contact; Phone Number; and E-mail address. Submissions shall not exceed 5 pages (8 x 11"). Font shall be 12-pitch with one-inch borders. Submissions shall address:.A description/matrix of how the respondent's system meets the requirements listed above. Each requirement above will be listed in order, with a written response detailing how the proposed unit performs against the stated requirements. Supporting rationale/data to be provided as an annex..Detailed descriptions of candidate system to include drawings, pictures, brochures, etc., that will convey the operating principles, as well as general and specific system capabilities behind the submissions, this portion may exceed the five page limit imposed on the submission itself..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, so state..Cost estimates for the units, including information as to quantity price breaks..Descriptions of any past or current contracts whose deliverables satisfy items covered in this announcement, either 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 special subset of small business such as small disadvantaged business, under the applicable NAICS code. Interested respondents should submit the information annotated above, in one hard and one electronic copy on compact disk with files in PDF format, by close of business 30 April 2009 to: Advanced Undersea System Program Office, PMS394, 1339 Patterson Ave., SE Stop 7026, Washington Navy Yard, DC 20376-7026, Attn: Stephanie Mohundro, PMS394RE2. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comment or questions. The Government will use the information provided in response to this notice to support urgent, on-going initiatives within the Navy. These initiatives may ultimately result in the Government developing and issuing a RFP at a later time. NAVSEA provides the foregoing for informational purposes only. This notice is not a Request for Proposal or announcement of a solicitation. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. Under FAR part 15.201(e), respo! nses to this notice are not offers and cannot be accepted by the Government to from a binding contract. 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. No basis for a claim against the Government shall arise as a result of this announcement or for Government use of any information provided.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af8807b9decd9bd1f59e64bf4fa84dba&tab=core&_cview=1)
- Record
- SN01764707-W 20090311/090310132306-af8807b9decd9bd1f59e64bf4fa84dba (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 |