Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2024 SAM #8108
SOURCES SOUGHT

58 -- TB-37A Multi-Function Towed Array (MFTA) System Production

Notice Date
2/6/2024 7:49:30 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024246120
 
Response Due
2/19/2024 2:00:00 PM
 
Archive Date
03/05/2024
 
Point of Contact
Nicholas Galles, Phone: 2027812659, Stuart Burman, Phone: 2027147059
 
E-Mail Address
nicholas.g.galles.civ@us.navy.mil, stuart.burman2.civ@us.navy.mil
(nicholas.g.galles.civ@us.navy.mil, stuart.burman2.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSALS.� THE NAVY IS PUBLISHING THIS SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The Naval Sea Systems Command (NAVSEA) seeks to obtain a list of interested candidates to provide proposed manufacturing capability and technical solutions to address the Surface Fleet�s requirement for reliable production, and testing of TB-37A Surface Towed Array Systems.� A TB-37A system consists of a Towed Array Assembly (TAA), Array Interface Unit (AIU), Tow Cable Assembly (TCA), Electro-Optical Slip Ring (EOSR), Drogue, and suitable shipping products, plus ancillary support equipment including a TB-37A Test Set. If a Request for Proposal (RFP) is issued, it would be for a performance-based contract that is awarded for assembly, integration, testing, inspection, packaging, and delivery of TB-37A arrays, tow cables, ancillary equipment, and associated engineering services.� The TB-37A systems shall be compatible with the existing, fielded, TB-37 series tow cables, TB-37A array modules, handling systems, signal paths, receivers (Array Interface Units), test equipment, and the Host Sonar System (HSS), AN/SQQ-89.� Respondents shall have experience as a system integrator, including experience in the development of towed arrays as well as the integration of the overall towed system.� Respondents shall be able to coordinate towed array production and integration across diverse industry partners (both large and small businesses), academia, and Government warfare centers.� Respondents shall show that they are knowledgeable of towed arrays and facilities, handling systems, and integration with the Host Sonar system.� Respondents shall describe the physical production facility characteristics and production test capabilities for manufacture, assembly, integration, production verification, and factory acceptance testing of the contract end items.� Except as otherwise specified, the respondent may use their own facilities, those of a subcontractor, government facilities, or any commercial laboratory acceptable to the Government. �Specifically, respondents shall describe the following production facility characteristics: Square footage Climate control capabilities (esp. humidity control) Production workspace layouts (benches, assembly rails, roller tracks, etc. as appropriate) Respondents shall also describe the following production test capabilities, location, and availability of the testing facilities: Vibration Testing Pressure Testing Temperature Testing Mechanical Endurance Testing Tension Testing Buoyancy Testing Heading Sensor Calibration Depth Sensor Calibration Voltage Sensor Calibration Current Sensor Calibration Temperature Sensor Calibration Insulation Resistance Measurement Hydrophone Channel Gain and Phase Coupling Voltage Fiber Optic Testing Acoustic Calibration Hydrophone Spacing Measurement Electronic Noise Acoustic Self-Noise Versus Speed Testing Respondents shall describe any specialized test facilities that will be required for environmental testing, and whether the facilities are leased or owned.� The respondents must have a facility security clearance issued by the Defense Security Service at the SECRET Level. The following system requirements are applicable: TB-37A PERFORMANCE: If solicited, the TB-37A array shall be required to perform in the operational conditions associated with Surface combatants. Performance and testing requirements are specified in the following documents: NUWC-NPT Technical Document 12,443 �Performance Specification for the TB-37A Multifunction Towed Array (MFTA)� dated 01 November 2023. NUWC-NPT Technical Document 12,444 �TB-37A Array Interface Unit (AIU) Specification� dated 01 November 2023. NUWC-NPT Technical Document 12,445 �TB-37A Towed Array Test Set Specification� dated 01 November 2023 NUWC-NPT Technical Document 12,446 �TB-37A System Specification� dated 01 November 2023 All modules of the same type shall be fully interchangeable with each other as well as with existing, fielded, TB-37A modules, without the need for internal access, such that any module can be replaced with an equivalent module in the same location.� Components and parts of the identical subassemblies shall be functionally and mechanically identical. SCHEDULE: If solicited, NAVSEA will be interested in a production contract for TB-37A MFTA systems to support new construction of Guided Missile Destroyers (DDGs), Guided Missile Frigates (FFGs), and continued sparing and replenishment of existing, fielded TB-37A arrays.� To support production requirements, the Navy requires a 12-month delivery for the first production array, with succeeding deliveries of one Array every month thereafter, at a minimum, until complete.� To evaluate this attribute, the Navy will consider the vendor�s approach to production planning, including material lead-times, personnel, facilities, and the use of matured subsystems, work processes, and components.� Additionally, the Navy will consider the vendor�s approach to supply-chain and obsolescence management, to include proposed approaches for vendor health and supply lead-time monitoring, alternative sourcing, component certification, life-of-contract and/or life-of-system component purchases, planned subsystem and component redesigns, etc., as appropriate. The Government desires at least Government Purpose Rights (GPR) (as defined in DFARS 252.227-7013 and DFARS 252.227-7014) in all noncommercial technical data (TD), in all noncommercial computer software (CS), and in all noncommercial computer software documentation.� If an RFP is issued for these requirements, TB-37A technical data is deliverable down to and including the level of specification, purchase, and receipt inspection and testing of commercial products (as defined in FAR 2.101).� Further, if an RFP is issued, the Government intends to seek at least a GPR license in all Technical Data Packages (TDPs) and related TD, CS, and CSD to be delivered during performance under this program.� Respondents shall describe their approach to data rights licenses and what will be the Government�s ability to use, modify, release, or disclose such TD, CS, or CSD.� Additionally, describe how your approach to data rights licenses will ensure the unimpeded, innovative, and cost-effective operation, maintenance, and upgrade of the TB-37A program throughout its lifecycle. General system requirements are controlled documents and shall be �available only to those companies with a validated security clearance at a minimum SECRET clearance level including receiving signed Terms of Use (TOU) Agreement. �To attain validation of clearance, prospective respondents must submit a written request to Nicholas Galles at nicholas.g.galles.civ@us.navy.mil, and Stuart Burman at stuart.burman2.civ@us.navy.mil.� The controlled documents may only be provided to prospective respondents following approval by the NAVSEA Office of Security Programs and the Contracting Officer; and after approval is, the documents will be mailed to the respondent.� The written request must include: Company Name and Address, CAGE Code, Point of Contact Name, Email, and Phone; Level of Facility Clearance / Level of Storage Capability, Facility Security Officer Name, Email, and Phone; Classified Mailing Address, Classified Mailing POC Name, Email, and Phone.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/93b3ff25285d45f19ba8f4d5edcb1ea7/view)
 
Record
SN06957245-F 20240208/240206230052 (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.