SOURCES SOUGHT
A -- R&D WEAPONS
- Notice Date
- 5/9/2014
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N00178-14-Q-1010
- Archive Date
- 6/4/2015
- Point of Contact
- ROBERTA MOSS, Phone: 540-653-1053
- E-Mail Address
-
roberta.moss@navy.mil
(roberta.moss@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet. This is a Request for Information (RFI) by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). This Request for Information is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP), or a commitment by the U. S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI, or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. NSWCDD on behalf of the Major Program Manager, Surface Ship Weapons (PEO IWS 3.0) seeks information from industry on guided projectile concepts compatible with the MK 34 5-inch Gun Weapon System (GWS). The goal is to improve operational effectiveness over currently fielded conventional munitions and approximately double the current range of the gun system to support Naval Surface Fire Support (NSFS) / Land Attack missions, and increase capabilities for Anti-Surface Warfare (ASuW), including against Fast Attack Craft (FAC) and Fast In-Shore Attack Craft (FIAC). The Government is seeking industry's assessment of the most efficient and cost effective approach to meet this goal within a four year time frame. More than one information package is permissible per offeror. The response should include: 1. The guided projectile system description and concept of operations (CONOPS) in the MK34 5-inch Gun Weapon System (GWS) on US Navy Cruisers and Destroyers. a. For the CONOPS, the Navy is interested in concepts that do not require significant changes to the AEGIS Combat System or Gun Weapon System. Note any significant changes required to support the guided projectile concept. Maximum physical constraints of the projectile of 61 inches in length and 110 lbs mass must be met. b. In the system description, the Government is interested in understanding the following capabilities of the concept for NSFS, ASuW, and FAC/FIAC defense: i. Minimum Range ii. Maximum Range iii. Minimum and Maximum Range Trajectories iv. Maneuvering Capability v. Accuracy vi. Time of Flight to Maximum Range vii. Lethality The system description should also include details on the airframe, guidance, navigation and control (GNC), fuzing, warhead, initialization interface, seekers, sensors, and rocket motor (if applicable). Include descriptions of any supporting analyses and/or test and evaluation. The Government is interested in concepts that can be fired from both the MK 45 MOD 2 and MK 45 MOD 4 5-inch gun mounts. The Navy's MK 67 Standard Propelling Charge can be used in MOD 2 and MOD 4 gun mounts. The Navy's EX 167 High Energy Propelling Charge can be used in MOD 4 gun mounts. Note if an alternate propelling charge is required. 2. Assessment of the Technology Readiness Level (TRL) and reliability of the projectile and of its subcomponents in both mission areas. Substantiate TRL claims, where possible, including descriptions of any analyses and test and evaluation. Also provide and substantiate the Manufacturing Readiness Level (MRL) of projectile and subcomponents. Identify any events planned in the next 12 months with the goal of improving TRL and MRL. 3. A schedule and cost estimate, with basis for estimate, (in Microsoft Excel format) to mature the current projectile TRL/MRL to a TRL8/MRL 7 to US Navy standards supporting a Milestone C decision in at most a four year period. Cost estimate should include, at a minimum, engineering labor for design and development, hardware and software costs, assembly, integration and test, and test and evaluation. Assume 50 units to be delivered to the US Navy for qualification testing prior to the completion of the 4 year period. 4. Average Unit Production Cost Estimate for a Low Rate Initial Production of 500 rounds and Full Rate Production quantity of 10,000 rounds over 4 years. Include the annual production profile with corresponding risk assessment (distribution). The Government may elect to visit, or host a visit, from any potential sources following the market survey. The Government may request additional information upon review. Any results of any Government analysis will not be provided. Required Submittal Format: • All submitted information should be at the unclassified level • Microsoft PowerPoint presentation • Report with requested cost, schedule and technical details • Label any information that is considered proprietary • Electronic submissions are strongly encouraged in Microsoft or Adobe PDF format An offeror's response should include, but it should have at a minimum: Company Name and Address Point of Contact (to include phone/fax/e-mail) Corporate POC (to include phone/fax/e-mail) Technical POC (to include phone/fax/e-mail) Cage Code NAICS Codes Business Size and Status Type of Small Business (if applicable, i.e. 8(a), woman-owned, HUB zone, etc.) Capability Statement Specific customers (for previous or similar contracts held) Other material (relevant to establishing core competencies of the firm) NSWCDD may request further information regarding the capabilities of respondents to meet the requirements as deemed necessary At no cost to the Government, responding vendors/offerors may continue technical dialogue via this market survey through the Contract Specialist after the initial response is provided. Eligible partners who may respond to this synopsis include companies, public and private foundations, non-profit organizations (including universities) and state or local government organizations. NSWCDD requests offerors' responses No Later Than 12:00 PM EST, 04 June 2014. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWCDD's strategic planning. All communications with industry must be coordinated through the cognizant Contract Specialist, Roberta Moss. Information should be e-mailed to her: roberta.moss@navy.mil or mailed to Naval Surface Warfare Center, Dahlgren Division (NSWCDD) 17632 Dahlgren Road, Bldg 183, Room 102, Dahlgren, VA 22448-5110. Responses should be labeled with the sources sought number and title. (N00178-14-Q-1010). Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider. Any information supplied under this RFI shall be provided free of charge to the Government. All responses should be unclassified. Information and materials submitted in response to this request will NOT be returned. If responses contain proprietary data, it shall be marked appropriately. It is the respondent's responsibility to clearly define to the Government what is considered proprietary data. Any responses to this announcement should reference synopsis number N00178-14-Q-1010, and should be directed to Roberta Moss, PHN 540-653-1053, or e-mail: roberta.moss@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N00178-14-Q-1010/listing.html)
- Record
- SN03362440-W 20140511/140509234739-643b4bd058c47b8d94565ae03c41078b (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 |