SOURCES SOUGHT
14 -- STANDARD Missile Control Actuation System - Sources Sought - Request for Information with Attachments
- Notice Date
- 5/6/2015
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N0002415R5425
- Archive Date
- 9/4/2015
- Point of Contact
- Megan Galloway, Phone: 2027814377
- E-Mail Address
-
megan.galloway@navy.mil
(megan.galloway@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information for STANDARD Missile Control Actuation System with Attachments 1-3 Description: This is a Request for Information (RFI) as defined in FAR 15.201(e). The Government is requesting information regarding industry's capabilities to meet the Navy's Control Actuation System (CAS) requirements for STANDARD Missile variants. The Government is requesting information for design, development, test and evaluation, and manufacture of a CAS to meet current and future STANDARD Missile configuration requirements. The CAS is a modular, reconfigurable electromechanical system that provides flight control of the missile via a combination of aerodynamic control surfaces and an optional single-nozzle Thrust Vector Actuation (TVA) system. The CAS will be self-powered and will be initiated from an external power source and receive control commands from/provide telemetry data to a missile computer. The CAS will be designed to be assembled as either a "heavyweight" (Extended Range "ER") or "lightweight" (Medium Range "MR") configuration depending on the structural loading and flight duration associated with the intended missile configuration to be so equipped. The MR missile version uses the CAS and TVA described herein for all missile control. The ER missile version (SM-6) has an additional MK72 booster rocket motor and control that is added onto the back of the CAS. The MK72 booster and control is then jettisoned in flight, with control then assumed by the CAS and TVA described herein. The aft section of the CAS must be capable of withstanding temperatures and exhaust gas products associated with highly aluminized propellant for the duration of rocket motor operation. The TVA will utilize a Supersonic Split-Line (SSSL) nozzle that will be provided by the NAVY. The CAS and TVA must be mechanically independent and housed within the defined CAS volume (as described in Attachment (1)). RFI Purpose: For this RFI, the Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office Integrated Warfare Systems (PEO IWS) would like to gauge industry interest and capability in providing the Control Actuation System (CAS) capability. The Navy is seeking industry responses to an affordable high performance Control Actuation System capability solution. The purpose of this RFI is to gather information from interested parties as part the Navy's collaborative, deliberate planning process for PEO IWS. •A. This RFI includes the following Attachments: Attachment (1) Technical Information/Critical Design Drivers Attachment (2) Information Requirements Attachment (3) Figures and Pictures RFI Disclaimer: Navy is conducting market research to identify qualified, experienced, responsible, and interested potential sources. Responses to the RFI will not be returned. This RFI is issued for informational and planning purposes only and does not constitute a solicitation. This is not a Request for Quote (RFQ) or Request for Proposal (RFP). This RFI is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, any submissions will not be reimbursed by the Government -- the entire cost of any submission will be at the sole expense of the submitter. Information submitted in response to this RFI will become the property of the United States Government. Submitters should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition-sensitive may be protected from disclosure under the public records law only if properly labeled as such. In support of PEO IWS, the following contractors will provide review, evaluation and summary reporting of industry's responses and will be barred from receiving awards for any future Control Actuation System capability contracts: •- Johns Hopkins Applied Physics Laboratory (JHU APL) •- Millennium Engineering and Integration Company •- ECS Federal •- Tech-Marine Business, Inc. •- Normoyle Consulting LLC •- Shields Management Consulting LLC A party's submission of a response to this RFI shall constitute the submitter's consent to allow the firms listed above to view the submitter's response. RFI Responses: On or before 05 June 2015, interested vendors should provide proposed concept(s) with responses to Attachment (2) Information Requirements. Each submission should include one electronic (virus scanned) copy in Microsoft Word or Adobe Portable Data Format (PDF) sent via e-mail to Department of the Navy, Commanding Officer, Naval Sea Systems Command, ATTN: PCO Megan Galloway, email: megan.galloway@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002415R5425/listing.html)
- Record
- SN03721906-W 20150508/150506235349-a0eac87166b24627f238ae329646b126 (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 |