Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2010 FBO #3120
SOURCES SOUGHT

10 -- Acoustic and Non-Acoustic Torpedo Countermeasure AN/SLQ-25D

Notice Date
6/8/2010
 
Notice Type
Sources Sought
 
NAICS
#334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002410R6280
 
Response Due
6/22/2010
 
Archive Date
7/22/2010
 
Point of Contact
Sharon B. Allen, Contract Specialist, 202-781-0412; email: Sharon.Allen@navy.mil; David Diamantopoulos, PCO, 202-781-2847, email: David.Diamantopoulos@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This sources-sought synopsis is issued in anticipation of a future procurement program. The Naval Sea Systems Command is conducting market research to determine interest in the development of the Acoustic and Non-acoustic torpedo countermeasures system (AN/SLQ-25D) for use by the US Navy. The objective is to design and build two prototype systems to provide enhanced "soft kill" torpedo countermeasure capability system as a defense against threat torpedoes. The AN/SLQ-25D is a digitally controlled, modular design, electro-acoustic soft-kill countermeasure decoy system. It employs an underwater towed body acoustic projector, which is towed astern of the host ship by a fiber optic tow cable. The system defends ships against wake homing and acoustic homing torpedoes. The 25D effort includes:.Development of two (2) AN/SLQ-25D systems.Develop post AN/SLQ-25D enhancements which will include a Land-Based Simulation Effort.Utilize a Simulation Lab to develop enhanced torpedo defense options.Provide Operational testing support The 25D requirements and specifications will include:.Open Architecture development.Inverted Passive Optical Network Telemetry.Anti-tamper security measures.Integration with the Torpedo Warning System (TWS) The AN/SLQ-25D shall be comprised of the following critical items:.Electronics Console,.Dual DrumWinch,.Level Wind,.Two Tow Cables,.Two Flexible Towed Acoustic Countermeasures (TACM),.Two Drogues, and.Deck Handling Equipment (DHE). The AN/SLQ-25D shall be capable of operating either as a single system or in a Dual Tow configuration. In the Dual Tow configuration the two AN/SLQ-25D systems shall be capable of operating simultaneously, in accordance with the design requirements. The AN/SLQ-25D shall be able to interface with the TWS processing cabinet in order to pass data from the command and control signals in the processing cabinet to the TWS towed devices. The AN/SLQ-25D shall have a graphical user interface at the local cabinet from which the AN/SLQ-25D may be controlled. The AN/SLQ-25D shall allow for remote operation via a shipboard fire control network interface and will interface with the TWS processor cabinet..The Electronics Console will have a touch display control panel to be used for operator interface and will also provide processing required for the AN/SLQ-25D remote control console as well as function as the dual tow interface..The Winch system will be comprised of two (2) winch drums, an electric motor, a motor controller and two independent electro-mechanical and mechanical braking mechanisms. The AN/SLQ-25D Winch will be capable of an AN/SLQ-25D Tow Cable attachment and will support adherence to deployment/retrieval requirements. Operation of the AN/SLQ-25D Winch will be performed from either the control panel on the Winch platform or from a tethered remote control device..The Level Wind capability will provide automatic feed of towed system to the AN/SLQ-25D Winch Drums with sensing and adjustment for towed system components. The Level Wind will be driven by a variable speed, reversible electric motor. The Level Wind will have a manual override to allow the user to correct a miss-wrap of the cable, to maximize cable wrap efficiency..The Tow Cable will be comprised of the electrical and fiber optic connections required for data and electrical connectivity from the AN/SLQ-25D Winch to the TACM. The cable must also be capable of towing the TACM and TWS towed devices through the water over the acceptable speed ranges for all candidate platform classes with varying tow point heights. One Tow Cable is required for each drum of the AN/SLQ-25D Winch..The Towed Acoustic Countermeasure (TACM) will be a streamlined underwater acoustic projector that is towed by the AN/SLQ-25D Tow Cable. The TACM will be a flexible device that can be retrieved and deployed safely and without any damage to the system. The TACM will provide acoustic countermeasure capabilities..The Deck Handling Equipment will support streaming, retrieval and stowage of the AN/SLQ-25D Tow Cable, TACM and TWS Towed Devices from each of the AN/SLQ-25D Winch Drums. The Deck Handling Equipment will be installed to support avoidance of deck obstacles during streaming and retrieval operations. Deck Handling Equipment may vary based on platform installation..The Drogue is an extension of line designed to assist with deployment and retrieval of the AN/SLQ-25D Tow Cable and TACM and provides stability to the cable and TACM during operation. The interface requirements are:.The AN/SLQ-25D interface requirements shall have interfaces to the ships electrical power..The AN/SLQ-25D interface requirements shall have interfaces to the TWS Processor Cabinet for power, data, and control..The Dual Tow interface is defined as the interface between two AN/SLQ-25D systems in a Dual Tow configuration..The AN/SLQ-25D interfaces shall meet all Information Assurance (IA) requirements..The AN/SLQ-25D interface shall utilize the Ship's power source to the Electronics Console..The AN/SLQ-25D winch shall utilize the Ship's main power source..The AN/SLQ-25D interface to the electronics console shall provide a primary and redundant external single-mode fiber optic interface to the TWS processing cabinet for the transfer of data, command and control signals..The AN/SLQ-25D electronics console shall house a primary and redundant single mode fiber optic network controller that will generate the countermeasure and TWS control signals and sensor data via an inverted Passive Optical Network (iPON) that follows the ITU-T G.984 standard network protocol. The AN/SLQ-25D Electronics Console shall continuously monitor all the TWS Processing Cabinet fiber optic interfaces for successful activity. The AN/SLQ-25D status data shall include:.Cable Scope Data.Acoustic Countermeasure State.Acoustic Countermeasure Mode.Acoustic Countermeasure Filter Status.Non-Acoustic Countermeasure Filter Status.Non-Acoustic Countermeasure Mode.Environmental Sensor Data.TWS Power Supply Status.AN/SLQ-25D Sub-system Performance Monitoring (PM)/Fault Localization (FL) Data.The AN/SLQ-25D TACM, TWS Towed Array Active Source (TAAS), and TWS sensor suite shall tap into the iPON network via a primary and redundant single mode fiber optic interface. The AN/SLQ 25D TACM aft connector shall allow a pass through for the iPON on the aft connector. The forward and aft connector of the TACM shall allow for modular installation within the towed suite such that the TACM can be arranged forward or aft of the TWS TAAS. The AN/SLQ-25D Electronics Console shall continuously monitor all of the TWS Towed Devices fiber optic interfaces successful connectivity. The AN/SLQ-25D Electronics Console will have the ability to disable the TWS Towed Devices power at any time. The AN/SLQ-25D Contractor shall possess the knowledge, skill and ability to build the subsystems for integration. The Contractor shall have technical experience required for software development and engineering and shall be certified at the Capability Maturity Model Integration (CMMI) Level II or greater, and a subject matter expert in acoustics projection and resonance in a marine environment. The Contractor shall have experience with power and fiber optic cabling to successfully integrate capability to acoustic transmitters and transducers. The Contractor will ensure that all US Navy fleet requirements are met for logistic implementation, testing and secured shipping are met. The Contractor must have a facility, testing locations, equipment and staff that meet National Security Decision Directive 189 - National Policy on the Transfer of Scientific, Technical and Engineering Information. The detailed critical design for the AN/SLQ-25D will be delivered to the Government within 12 months. The initial AN/SLQ-25D system will be delivered to the Government within 24 months. Interested firms are encouraged to submit a capability summary that does not exceed five (5) pages in length describing their AN/SLQ-25D design concept and firm's recent relevant business experience and their approach in meeting the requirements stated above. Responses should include: (a) The name and address of the contractor and where the AN/SLQ-25D would be built; (b) Point of contact including name, title, phone, and email addresses; (c) A description of similar devices currently offered by the contractor that meet, or with minor modifications might meet, the above listed requirements. Where to submit: Email responses or inquiries should be sent to Sharon B. Allen at Sharon.Allen@navy.mil. To help ensure proper receipt, name the email "AN/SLQ-25D" in the subject field. Information may also be sent to the following address: Commander, Naval Sea Systems Command, Attention Sharon B. Allen, Code 02621A. 1333 Isaac Hull Avenue SE Stop 2050, Washington Navy Yard, DC 20376-2050. No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as a solicitation is not prepared at this time. When to Submit: Responses are requested by 22 June, 2010. Notice Regarding Solicitation: Please note that this synopsis is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. Notice Regarding Proprietary Information: All submitted materials will be designated for Government Use Only. Other: No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002410R6280/listing.html)
 
Record
SN02172095-W 20100610/100608235704-a7e14657fece14df7f9c1c89ab72989b (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.