Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2020 SAM #6622
SOURCES SOUGHT

20 -- LWLCCA HULL ARRAY COMPONENTS

Notice Date
1/14/2020 11:34:10 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
ZIP Code
00000
 
Solicitation Number
N00024-19-R-6113
 
Response Due
6/25/2019 3:00:00 PM
 
Archive Date
01/31/2020
 
Point of Contact
Robert F. Morse, Contract Specialist, Phone: 2027815050
 
E-Mail Address
robert.f.morse@navy.mil
(robert.f.morse@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. PERFORMANCE SPECIFICATIONS AND DRAWINGS ARE AVAILABLE UPON REQUEST FOLLOWING THE PROCEDURES IDENTIFIED HEREIN. The Naval Sea Systems Command (NAVSEA) seeks information as to potential qualified sources with experience and expertise necessary to develop and produce concepts and proposed plans of action to address the United States Navy's requirement for a Light Weight Low Cost Conformal Array (LWLCCA). The effort, if solicited via a Request for Proposal (RFP), would be acquired through a competitively-awarded, performance-based, contract for production of LWLCCA components, spares, logistic support, First Article and subsequent Production Systems. The LWLCCA will have application to VIRGINIA Class, COLUMBIA Class and other submarine classes if specified. The LWLCCA shall consist of acoustic sensors, outboard electronic bottles (OBE), and outboard cable assemblies. The acoustic sensors will be arranged in the form of individual acoustic modules (AM)s. Candidates should be capable of producing submarine hull-mounted arrays and supporting telemetry components and be capable of sustaining a throughput of up to six systems (shipsets) a year on this program. A shipset consists of 60 AMs, 2 OBEs, 10 AMIC Assemblies, 4 Power Clock Cables and 4 Telemetry Cables. The materials utilized should be capable of sustaining long periods of submersion in salt water, withstand the harsh environments at varying ocean depths and survive Underwater Shock Testing ""Grade B"" requirements. Shock Grade B requires the units to only stay attached to the platform after the UNDEX testing and subsequently not come adrift during normal operations. The performance specification documents will not be posted as an attachment to this sources sought notice. Interested parties may request an unclassified version of the specification documents listed in Section 2 of this document. Sections of Reference A and B are marked and classified CONFIDENTIAL and will be mailed to sources with a validated security clearance, see Section 5.2. The remaining specifications and drawings are not classified and will be emailed to those sources requesting the documents. At this time, national policy does not support release of the performance specification documents to foreign sources. Interested parties shall submit the following information via e-mail to robert.f.morse@navy.mil to initiate a request for the performance specification documents 2.0 REFERENCES A. NAVSEA Drawing 53711-8691985 Rev B - CRITICAL ITEM PRODUCT SPECIFICATION FOR THE AN/BQS-25A LIGHT WEIGHT LOW COST CONFORMAL ARRAY (LWLCCA) ACOUSTIC MODULE (AM), dtd 12 December 2018. B. NAVSEA Drawing 53711-8691986 Rev B - CRITICAL ITEM PRODUCT SPECIFICATION FOR THE AN/BQS-25A LIGHT WEIGHT LOW COST CONFORMAL ARRAY (LWLCCA) OUTBOARD ELECTRONICS (OBE), dtd 12 December 2018. C. NAVSEA Drawing 53711-8482275-100 -ACOUSTIC MODULE INTERFACE CABLE (AMIC) ASSEMBLY. D. NAVSEA Drawing 53711-8482270-100 -POWER COMMAND CLOCK (PCC) CABLE ASSEMBLY. E. NAVSEA Drawing 53711-8482265-100 -TELEMETRY CABLE ASSEMBLY. 3.0 SYSTEM OVERVIEW The LWLCCA is a passive SONAR system that also supports active platform sonar system modes. It consists of 2 Side Array Units (SAU), 1 each, port and starboard. Each SAU is made up of 30 Acoustic Modules (AM)s, mounted to a common sail interface layer. Each SAU is installed in conjunction with 5 Acoustic Module Interface Cable Assembly Cable (AMIC) Assemblies and one Outboard Electronics Bottle (OBE). The OBEs each are connected inboard by the Power Command Clock (PCC) Cable Assembly and fiber optic Telemetry Cable Assemblies. 3.1 COMPONENT DESCRIPTIONS 3.1.1 ACOUSTIC MODULE: The Acoustic Module (AM) is a pressure tolerant housing designed for submarine operation and use. Each AM contains hydrophone elements, pre-amplifiers, signal conditioning, and a network interface card to allow for the module to communicate to/from the inboard processing system via the OBE. Connection of the AM to the AMIC is accomplished by a pigtail assembly that is hard wired to the AM via a feedthrough connection on the back of the AM housing. Protective caps are included on the pigtail connector. The AM requirements can be found in Reference A. 3.1.2 OUTBOARD ELECTRONICS The OBE is a pressure tolerant housing designed for submarine operation and is mounted on the sail skin. The OBE combines the telemetry data from the SAU into one data stream for uplink to the inboard processing system. From the inboard processing system, the OBE receives commands and a synchronization signal to be transmitted to the AMs. The OBE has four cable connections to the Electro Optical Hull Fitting (EOHF); two fiber optic connections to transmit telemetry data inboard and two copper cable connections to receive power, downlink commands, and a synchronization signal from inboard. The OBE requirements can be found in Reference B. 3.1.3 ACOUSTIC MODULE INTERFACE CABLE ASSEMBLY The Acoustic Module Interface Cable (AMIC) Assembly consists of six (6) copper cables per assembly with individual in-line molded receptacles on the AM end that terminate into a single molded connector plug on the OBE end. Connection of the AM to the AMIC is accomplished by a pigtail assembly that is hard wired to the AM via a feedthrough connection on the back of the AM housing. Protective caps are included on the connector plug and in-line receptacles. The AMIC Assembly requirements can be found in Reference C. 3.1.4 POWER COMMAND CLOCK CABLE The Power/Command/Clock (PCC) Cable Assembly consists of copper cable with a molded non-conductive coated, or NAVSEA approved equivalent, modified connector plug on the FOEHP end and OBE ends. The FOEHP end connector plug also contains a modified insert. Protective caps are included on the connector plugs. The PCC Cable Assembly requirements can be found in Reference D. 3.1.5 TELEMETRY CABLE The Telemetry Cable Assembly consists of an eight Single-Mode Fiber (SMF) cable with a molded non-conductive coated, or NAVSEA approved equivalent, modified connector plug on FOEHP end and OBE end. Protective caps are included on the connector plugs. The Telemetry Cable Assembly requirements can be found in Reference E. 4.0 SCHEDULE: If solicited, NAVSEA would be interested in completing First Article build and testing within twelve months of contract award. To support production requirements, the Navy requires a fifteen-month delivery for the first production array with succeeding deliveries every 3 months thereafter until complete. To evaluate this attribute, the Navy will consider proposed approaches to production planning including material lead time, personnel, facilities, and the use of matured subsystems, work processes and components. 5.0 INTERESTED PARTY SUBMITTAL INFORMATION Interested parties shall submit the following information via e-mail to robert.f.morse@navy.mil to initiate a request for the performance specification documents: Date: Company Name: Business Address: Classified Mailing Address: Commercial Activity and Government Entity Code: Data Universal Numbering System Code: POC (Name, Title, phone number and email address of Employee(s) Responsible for the Data): Responsible sources shall provide information addressing the following areas: � Briefly explain the hydrophone element design and the tuning process. � Briefly explain what design measures will be used to insure that the unit will survive explosive shock testing wrt Grade B criteria. � Briefly explain technical approach supporting the AM and OBE specifications addressing acoustic performance, EMI requirements, mechanical loading (shock, hydro, etc) reliability, and maintainability. � Briefly explain the overall technical approach to build, test, and maintain LWLCCA AMs and OBEs. � Description of available production capacity. Provide an estimate of maximum available monthly production capacity. 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, provide the approach to acquiring them. � Describe barriers to competition that may preclude potential sources from participating in a competition to develop and produce LWLCCA systems. Sources may make suggestions as to how the Government might alleviate the identified barriers to competition. � Description 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. � Description of any past or ongoing experiences which demonstrate technical capabilities and / or aptitude to design, build or test Outboard Submarine Hull Arrays. 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, if applicable. � Description of the test facilities and equipment to which the contractor has access in order to meet the procurement requirements. If the potential offeror does not own its facilities and equipment, the offeror shall provide evidence that it will have a commitment or an arrangement to rent, purchase or otherwise acquire the needed facilities and equipment � Statement regarding contractor's capability to obtain a facility clearance at the confidential level. � Statement regarding capability to obtain the required industrial security clearances for personnel. � Contractor's expected period of performance from contract award to delivery of first article and production AMs and OBEs. � Upon completion of First Article Testing, provide an estimated schedule to produce of the first shipset of material, broken down by components listed in Section 3.0. 5.1 RESPONSE FORMAT To receive consideration, responses to this notice shall not exceed 5 standard letter size pages (i.e. 8.5 x 11 inches). Twelve point font and one-inch borders shall be used. Responses must include the following information: Company Name, Address, Point of Contact, Phone Number, and E-mail address. Interested respondents should submit the information annotated above by electronic mail, on or before 25 JUNE 2019 at 5:00pm Eastern Standard Time. Information submitted should be sent to robert.f.morse@navy.mil. All responses shall be unclassified. The government will consider all comments received, but does not commit to providing a response to any comments or questions received as a result of this source sought notice. The subsequent revision to any specification based on comments received remains solely at the Government's discretion. Submission of any information by respondents as a result of this sources sought notice is strictly voluntary. All responses shall become the property of the Government. This sources sought notice is for information and planning purposes, and the Government will not pay or otherwise reimburse respondents for information submitted. The Government is not soliciting, nor will it accept proposals as a result of this sources sought notice. This sources sought notice is a market research tool being used to determine the existence of qualified and experienced sources. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued in the future, it will be announced via the Government wide point of entry (https://www.fbo.gov/) and all interested parties must respond to that solicitation announcement separately from any response to this sources sought notice. A response to this notice will not be considered a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCE SOUGHT NOTICE. 5.2 PROCEDURES FOR OBTAINING THE LWLCCA PERFORMANCE SPECIFICATIONS The drawings associated with this requirement are labeled Distribution D which means distribution is authorized to the DOD and US DOD contractors with a valid Joint Certification Program (JCP) certification. Only offerors with an active registration in JCP will be provided access to the drawings. Please visit http://www.dlis.dls.mil/jcp for further details on the program and registration. To obtain a copy of the drawings your account in FBO needs to reflect your JCP certification. The controlled performance specification will be mailed only to those companies with a validated security clearance. To attain validation of security clearance, prospective offerors must submit a written request to the designated Contract Specialist, Robert Morse, at robert.f.morse@navy.mil. The written request must include the company name, cage code, and complete destination address and security point of contact. The controlled performance specification may be provided to prospective offerors only following approval by the NAVSEA Office of Security Programs and the Contracting Officer. Demonstration of appropriate security clearance(s) is the sole responsibility of the prospective offeror. The Government undertakes no obligation to prospective offerors to assist in the attainment of requisite security clearance(s) so that the prospective offeror may provide a response to this notice. Foreign company access to the performance specification and other controlled information will be addressed if and when an RFP is issued. Prospective offerors are advised DFARS 252.204-7004 Alternate A, System for Award Management would apply to any solicitation issued for this requirement, and lack of current registration in the System for Award Management database will make an offeror ineligible for award. Information on the System for Award Management database may be obtained via the World Wide Web at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0181543a8b704c0d9fbe899bd407fa06/view)
 
Record
SN05534759-F 20200116/200114230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.