Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2016 FBO #5382
SOURCES SOUGHT

58 -- COBRA BLOCK II

Notice Date
8/16/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
N00024-16-R-6312
 
Archive Date
9/30/2016
 
Point of Contact
Walter Winston, Phone: 2027815345, Renee Brooks, Phone: 202-781-2827
 
E-Mail Address
walter.winston@navy.mil, renee.brooks@navy.mil
(walter.winston@navy.mil, renee.brooks@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research and Request for Information (RFI) for the Coastal Battlefield Reconnaissance and Analysis (COBRA) Block II Engineering and Manufacturing Development (EMD) FAR Part 10 requires the Government to conduct market research before developing new solicitation requirements for an acquisition program. Results of market research are used to determine whether qualified sources exist and to obtain industry comments and information on future procurements. The Government is conducting additional market research in accordance with FAR Part 10 to determine whether two or more small business sources possess the requisite capabilities to successfully perform the requirement to manufacture, assemble, test and deliver the Coastal Battlefield Reconnaissance and Analysis (COBRA) Block II EMD. One of the ways the Government conducts market research is to issue a Request for Information (RFI). An RFI provides a broad statement of need, briefly describes the Government's intentions regarding program/acquisition approach, and identifies key events in the acquisition program schedule. In addition, the announcement requests industry comments on how the Government can satisfy its needs, alternative approaches, technology availability and risk, the identification of cost drivers, and suggestions on ways to enhance or sustain competition. Description: Program Executive Office (PEO) Littoral Combat Ship (LCS) Mine Warfare Program Office (PMS495) is issuing this RFI to help determine the technical capability and qualifications of companies in meeting the Government's needs for the COBRA Block II EMD. This RFI is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only and part of market research and will not be shared outside of the Government. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor responses to this announcement. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. When/if the Government issues a Request for Proposal (RFP), interested contractors will be expected to thoroughly address the RFP requirements regardless of the circumstances surrounding this RFI. Engineering and Manufacturing Development Contract Concept and Background: COBRA provides the detection capability for the U.S. Navy's Assault Breaching System of Systems. COBRA's mission is to conduct unmanned aerial tactical reconnaissance in the littoral battlespace for detection and localization of minefields and obstacles in the surf zone (SZ) and beach zone (BZ) in day or night prior to an amphibious assault. The BZ is the area from the high water mark inland to the beach exit zone. The SZ is near the shore where water depth varies from zero (0) to ten (10) feet. The COBRA Airborne Payload will be carried on the MQ-8 Fire Scout Unmanned Aerial System. The current COBRA Block I system provides daytime standoff threat detection and multispectral imagery collection of the BZ from a MQ-8B Fire Scout based from the Littoral Combat Ship (LCS). The COBRA Block II system will provide daytime and nighttime standoff threat detection and imagery collection from the SZ through the BZ using a MQ-8C Fire Scout operated from the LCS. COBRA is part of the Mine Warfare (MIW) Modular Mission Package. Potential technical solutions to achieve the required capability may include: 1. Daytime BZ imaging subsystem a. High throughput, high resolution multispectral camera b. Complementary on-aircraft real-time minefield and obstacle detection algorithms and computing hardware 2. Nighttime BZ imaging subsystem a. High sensitivity, high resolution multispectral camera b. Complementary night-time terrain illuminator c. Complementary on-aircraft real-time minefield and obstacle detection algorithms and computing hardware 3. Day/nighttime SZ imaging system a. 3-D LIDAR Subsystem i. Lightweight, High Efficiency Laser ii. Complementary Receiver iii. Complementary on-aircraft real-time minefield and obstacle detection algorithms and computing hardware 4. Daytime SZ imaging subsystem a. High resolution, high dynamic range, high rate multispectral camera b. Complementary on-aircraft real-time minefield and obstacle detection algorithms and computing hardware 5. On-aircraft Real-Time Sensor Fusion Algorithms and computing hardware 6. Other technologies that enable mine detection in the BZ and SZ PMS495 is issuing this RFI to gain an understanding of industry's technical capabilities, knowledge and experience level with this type of hardware/software. PMS495 is seeking sources that can perform the mission of the COBRA Block II program. PEO LCS PMS495 anticipates the issuance of a competitive RFP for the EMD of COBRA Block II. The COBRA Block II sensor must be capable of detecting minefields, mine lines, and obstacles in the BZ and SZ during the day and night. The sensor will be thermally and structurally rugged and fit within the size, weight, and power (SWaP) constraints of the MQ-8C Fire Scout payload allocation. The following are key characteristics of the COBRA Block II for which an RFP is anticipated: 1. The COBRA Block II fits within the SWaP constraints of the MQ-8C. This is to be verified by measurements of the system. 2. The COBRA Block II thermal management system is capable of operating over the full MQ-8C temperature range when installed on the MQ-8C. This is to be verified by analysis. 3. The COBRA Block II is capable of automatically detecting minefields, land mines, and obstacles. This is to be verified by: a. Modeling and simulation b. Flight testing onboard a suitable manned aircraft over a representative target field in a relevant environment. 4. The COBRA Block II processing architecture and algorithms are suitable for on-aircraft real-time processing. This is to be demonstrated by on or off-aircraft data processing. This EMD contract is contemplated to be a five year Cost Plus Incentive Fee (CPIF) 4th quarter contract. Two to three Engineering Development Models (EDMs) will be designed, produced, and verified. The notional award date for this single award contract is 4th Quarter FY17. Background of COBRA Block II Approach: COBRA Block II is an unmanned aerial tactical reconnaissance in the littoral battlespace for automatic detection and location of unburied minefields (including mine lines) and obstacles in water up to the required depth and on the beach to the beach exit prior to and during an amphibious assault during both day and night operations. COBRA Block II shall be capable of employment from the MQ-8C airframe allowing operators and other personnel to remain at a safe distance from the mine and obstacle belts and enemy direct and indirect fire. The MQ-8C with COBRA will normally operate from the LCS. Imagery collected by COBRA Block II shall be retrieved and processed at a COBRA Post Mission Analysis (PMA) Station. The processed information will be input into the Mine Warfare Environmental Decision Aids Library (MEDAL) MINEnet Tactical application for dissemination. MEDAL MINEnet Tactical will be updated to incorporate net-centric capabilities and improvements in data sharing via the Global Information Grid (GIG) capabilities as these legacy command and control (C2) applications transition to Joint Command and Control Capabilities (JC2C). Additional Requirements: It is also expected that Provisioned Item Orders (PIO) and Item Supportability provisions will be included. Technical Data Packages (TDPs) with the Government-purpose rights at a minimum to be delivered during the performance under this program will be identified as deliverables hereunder. Additional ancillary requirements that are planned for this contract include: engineering services for hardware repair and maintenance, logistics analyses, testing and acceptance failure analyses, research and development studies and analyses, participation in COBRA Block II Working Groups, hardware and software investigations, troubleshooting and fault isolation, design analysis for obsolescence and performance enhancements, cost reduction studies and analyses, hardware and software integration, hardware and software architecture studies and analyses, and documentation preparation and updates. Requested Information: Responses to this RFI should include supporting materials that provides a demonstration of your company's capabilities and experience. The following information is requested: 1. A presentation of your organization's relevant knowledge, skills, and abilities. 2. An understanding of the major scientific challenges and tradeoffs to achieving the desired capability. 3. Potential solutions to achieve the capability including current Technology Readiness Levels. 4. Describe the discrimination function between mines, obstacles, and minefield detection and clutter. 5. Performance estimates of probability of detection, false alarm density, and area search rate, and a detailed discussion of risks to achieving those estimates. 6. Any risks to militarization of the system, such as thermally or mechanically sensitive components. 7. Past performance on projects of a similar technology, domain, and/or scope. Responses: Response Format: Interested firms who believe they are capable of providing the above mentioned services and that meet SECRET clearance requirements are invited to indicate their interest by providing: (a) company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; (b) business size (i.e. large, small disadvantaged, veteran owned, woman owned, etc); and (c) personnel. Interested parties are requested to respond to requested information in this RFI with a white paper in Microsoft Word for Office 2010-compatible format. RFI responses should be no more than 25 pages, shall include a summary that is 10 pages or less including cover and administrative pages, and shall be delivered using 12 font or larger. Response Deadline and Submissions: Responses are requested no later than 15 September 2016 at 4:30 PM EST. Responses shall be submitted via e-mail only to walter.winston@navy.mil, with a CC to renee.brooks@navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It should be noted that telephone replies will not be accepted. Industry Day: The Government will accept questions on a 3X5 index card from industry regarding the content of this RFI on Industry Day scheduled for 27 October 2016. The Government will also accept questions via email to Walter Winston at walter.winston@navy.mil. The deadline for Government receipt of questions is 10 November 2016 at 4:30 PM EST. These questions and any received on Industry day, along with Government response, will be posted as an attachment to this RFI on FebBizOps by 12 December 2016. This Industry Day is scheduled for 27 October 2016 at NSWC Panama City Division, Panama City, FL. To initiate registration, email your name(s) and email address by 30 September 2016 at 4:30 PM EST to walter.winston@navy.mil to receive the formal registration instructions, visit request/security clearance requirements, and agenda. If you do not receive that information within three days of your email, please re-send your request. Depending upon the amount of interest in this Industry Day and facility/parking limitations, the government reserves the right to limit the number of representatives from each company. DISCLAIMER AND IMPORTANT NOTES: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-6312/listing.html)
 
Place of Performance
Address: N/A, United States
 
Record
SN04225905-W 20160818/160816235515-2d856316274674dc9336ede8a78d9c3f (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.