Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2023 SAM #7935
SOURCES SOUGHT

99 -- SUBMARINE TETHERED AND TOWED SYSTEMS

Notice Date
8/17/2023 12:54:34 PM
 
Notice Type
Sources Sought
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
RFI(SUBMARINE_TETHERED_AND_TOWED_SYSTEMS)
 
Response Due
10/17/2023 2:00:00 PM
 
Archive Date
11/01/2023
 
Point of Contact
Michael Excell
 
E-Mail Address
michael.b.excell.civ@us.navy.mil
(michael.b.excell.civ@us.navy.mil)
 
Description
SOURCES SOUGHT NOTICE FOR NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD) SUBJECT:�The Naval Surface Warfare Center Philadelphia Division (NSWCPD) in support of the Program Executive Office Command, Control, Communications, Computers and Intelligence (PEO C4I) Undersea Communications and Integration Program Office (PMW 770) is seeking information on how an interested contractor could assist the U.S. Navy in developing a Tethered or Towed System (T2S) for the next generation Ship, Submersible, Nuclear (SSN(X)). The T2S will augment communications, imaging and electronic warfare sensor capabilities currently provided by Fixed Mast Sail Systems. The focus of this Request For Information (RFI) is the Hull, Mechanical and Electrical (HM&E) System that will deploy and retrieve a future payload package. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible firms capable of providing the supplies/services described herein prior to determining the method of acquisition. This RFI does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of the requested information. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Responses to this RFI may be considered in the future determination of an appropriate acquisition strategy for the program. The Government may not respond to any specific questions or comments submitted in response to this RFI or information provided as a result of this request. Any information submitted by respondents as a result of this notice is strictly voluntary. Not responding to this RFI does not preclude participation in any future solicitation, if any is issued.� If a solicitation is released, it will be synopsized on the Sam.gov website.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement SOURCES SOUGHT DATE: 17 AUGUST 2023 CONTRACTING OFFICE ADDRESS: N64498 SCOPE: A requirement has been identified as part of the next generation SSN(X) program to develop a Tethered or Towed System (T2S) with communications, imaging and electronic warfare capability. This project will explore the potential for providing a reliable, recoverable off-board vehicle capable of delivering sensors to or near the sea surface while the submarine remains deep. The focus of this RFI is on the Hull, Mechanical and Electrical (HM&E) System that will deploy and retrieve a future payload package. Submarines employ a variety of communications, imaging and electronic warfare sensors to complete their missions. Traditionally, the primary method to deliver these capabilities is through the use of mast-mounted sensors in the sail. Those sensors are raised and lowered using fixed mast HM&E systems with the submarine at periscope depth. In order to increase flexibility for future operations, additional concepts are being investigated to enable delivery of recoverable payload packages to the surface while the submarine remains deep. For the purpose of this RFI, tethered systems are defined as those that have a sensor that remains stationary on the surface while a tether is paid out to match the forward movement of the submarine. The sensor is retrieved when the all of the tether is deployed. Towed systems are defined as those that move through the water at the same speed as the submarine. They can be used continuously within the operating limits of the system. This RFI solicits technical information for new and existing technologies that are applicable to innovative tethered and towed systems for installation onboard SSN(X) and other future attack submarines.� Major areas of interest of this RFI include: (1) Tethered Buoy/Mast Systems, (2) Towed Buoy Systems, (3) Towed Body Hydrodynamic Capability, (4) Underwater Electric/Hydraulic Systems, (5) Underwater Tether/Tow Cable Technology, (6) Winch and Buoy Control Systems, (7) Recoverable System Test & Trials Capability (8) Communications, Imaging and Electronic Warfare Payload Integration and (9) Relevant expertise in the broad domain of off-board, tethered or towed submarine systems. New, innovative and creative approaches to technical problems that deliver system performance with a high degree of reliability are sought. The analysis information should address the technologies, assess the technological feasibility and maturity of the proposed alternative methodologies and technologies. SECURITY REQUIREMENTS: The Contractor is responsible for completing all required Government mandated training to maintain security and network access to government sites and IT systems to include but not limited to: Antiterrorism Level 1 Awareness; DoD Cyber Awareness Challenge; Combatting Human Trafficking; Records Management in the DON: Everyone's Responsibility; Training and Readiness: The Active Shooter; Constitution Day; NAVSEA Introduction to Controlled Unclassified Information; Operations Security (OPSEC); NAVSEA Counterintelligence Training; Privacy and Personally Identifiable Information (PII) Awareness Training; and NAVSEA Physical Security training. Certificates of successful completion shall be sent to the COR and as otherwise specified in the contract. An active SECRET Facility Clearance Level (FCL) is required for performance of this contract. There is no safeguarding requirement required. All personnel must have a current SECRET or higher clearance, or the ability to obtain one.� CAPABILITY STATEMENTS: Interested businesses are invited to submit capability statements. Responses are not to exceed ten (10) pages including attachments and shall briefly describe the technical concept, technical approach and technology readiness level (TRL) of one, some or all nine (9) major areas of interest. Responses shall be in electronic format.� A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contact (names, email, and telephone numbers) at a minimum.� The cover page is not considered in the total page count. Capability Statements must address, at a minimum the following: Section 1: Introduction.��Identify the Sources Sought Number and Title Section 2: Corporate Description.� Name of Company and address Ownership, including whether:� Small, Small Disadvantaged Business (SDB), 8(a), Women-Owned Small Business (WOSB), HUBZone, or Service Disabled Veteran-Owned Small Business (SDVOSB) Points of contact, including: Name, title, phone, and e-mail address CAGE Code and DUNS Number (1) A complete description of the offeror�s capabilities (including technical, program management, prototyping, etc.) related experience, facilities, techniques, or unique combination of factors that would directly relate to the Government�s objectives as it relates to the scope section of this sources sought. � (2) The qualifications, capabilities, and experiences of Contractor employees, who would be available to support this effort. (3) Demonstrated ability to obtain security clearances at the time of contract award or within 45 calendar days for all personnel expected to provide support in accordance with the above requirement. (4) Confirm the company has a DCMA approved Accounting System Section 3. Past/Current Performance.� Provide one (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the scope section of this sources sought. Section 4.� Technical Response.� Provide a detailed technical response that addresses the tasks identified in the scope section of this sources sought. Information should include: How the contractor will address the maturity of the technology and provide a �road ahead� to the development of the capability described in SCOPE.� The maturity of the technology shall be described using the Technical Readiness level (TRL) metrics defined in DoD 5000 2-R, accompanied with supporting comments or data.� An outline of the development efforts and timeline required to achieve TRL 6 (�prototype demonstration in a relevant environment�) should be included. The contractor�s ability to manage,�as a Prime contractor, the types and magnitude of all tasking in the scope section of this sources sought. Contractors technical ability, or potential approach to achieving technical ability, to perform at least 51% of the cost of the contract with its� own employees in accordance with FAR 52.219-14. The contractor�s capacity, or potential approach to achieving capacity, to execute the requirements of the description of scope section of this sources sought. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified. Contractor�s ability to begin performance upon contract award. A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301-3(a)(3) for cost-reimbursement contracts. Interested parties are requested to respond to this RFI with an informational document that may address one, some, or all of the nine (9) major areas of interest. Note:� The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued nor will the Government pay for the information solicited.� All information and data received in response to this sources sought marked or designated a corporate proprietary information will be fully protected and held in strict confidence. NSWCPD will accept only electronic unclassified submission of responses via DoD Safe. The DoD Sage link can be requested by reaching out to Tiffany Vu at tiffany.o.vu.civ@us.navy.mil with the subject line "" RFI: Submarine Tethered and Towed System."" All responses shall be unclassified and submitted via DoD Safe no later than 5:00PM EST on 10/17/2023. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information that has not been both properly marked and clearly identified. Information marked proprietary received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations.� To aid the Government in its review, please segregate proprietary information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/afc7c633ccbf4ab4ae0e5f7e6837f608/view)
 
Record
SN06796256-F 20230819/230817230055 (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.