Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
SOLICITATION NOTICE

39 -- Development and Demonstration of the Organic Cable Reeling Assembly (ORCA)

Notice Date
4/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N61331 110 Vernon Ave Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133106R0052
 
Response Due
7/17/2006
 
Archive Date
8/16/2006
 
Description
The Naval Surface Warfare Center Panama City (NSWC PC) has a requirement for the development and demonstration of a Organic Reeling Cable Assembly (ORCA) system. This effort encompasses all analysis, system engineering and design, development, fabrication, assembly, testing, qualification, logistics support development, planning, and management required to ensure the successful demonstration of a fully operational, production-ready system. The ORCA will operate with (1) the Carriage, Stream, Tow and Recovery System (CSTRS) to pay out the Organic Airborne Mine Countermeasures (OAMCM) common tow cable, (2) the Remote Minehunting System (RMS) to pay out the Variable Depth Sensor (VDS) tow cable, and (3) the Organic Airborne and Surface Influence System (OASIS) towed body to pay out the OASIS sweep cable, for the purpose of inspection and maintenance. In addition, the ORCA will allow for replacement of each of the various cables. The ORCA shall be operated with the CSTRS winch both on and off the MH-60S helicopter. The ORCA design shall include provisions to allow the CSTRS winch to be mounted so that proper tension can be generated and maintained during the tow cable removal, installation, and inspection processes when CSTRS is not located on the MH-60S. The ORCA shall be capable of handling the OAMCM common tow cable, the VDS tow cable, and the OASIS sweep cable without damage to the cables or the respective! winch systems. These operations will be conducted in three locations: onboard the LCS class ships, at shore-based facilities, and, as a Government option, onboard DDG-class ships (for the RMS/VDS system only). The end product of this effort will be a fully tested and operational ORCA that meets or exceeds the requirements of the system specification. The specific objectives of this contract are: (1) Delivery of two (2) ORCA Engineering Development Models (EDMs) with corresponding spare parts to support testing. (2) Demonstration of system performance that meets or exceeds the requirements as established in the ORCA specification. (3) Demonstration that the ORCA system concept is both operationally effective and operationally suitable. (4) Production of a complete and accurate Technical Data Package (TDP) detailing the system design and documentation including elements such as Acquisition Logistics Support (ALS), training, operation, and maintenance. The TDP must be suitable for completing any follow-on full rate production requirements. A Prospective Bidder?s Conference is scheduled for 0900 AM CST on 12 May 2006 at the Naval Surface Warfare Center, Panama City, FL Building 110, Auditorium. Any company interested in attending the conference must submit a visit request including company name and Contractor and Government Entity (CAGE) Code, and the names of all individual attendees (3 maximum). Visit requests must be e-mailed no later than 5 May 2006 to Robert.Kuczenski@navy.mil. In advance of the bidder?s conference, the Government will release a draft Performance Specification and Statement of Work (SOW) to requesting companies who are certified by the Defense Logistics Information Service (DLIS) for receipt of military critical technical data. (Information on the certification process is available at the following website: <http://www.dlis.dla.mil/jcp/default.asp>.) Requests for the draft documents must contain the requesting company?s DLIS certification number, Commercial and Government Entity (CAGE) Code, point-of-contact, e-mail address, and telephone number, and must be e-mailed to Robert.Kuczenski@navy.mil; no telephone or fax requests will be accepted. Questions and comments concerning the Performance Specification and SOW must be e-mailed to Robert.Kuczenski@navy.mil no later than 5 May 2006. ?Questions? will be addressed at the bidder?s conference; ?comments? will be kept confidential and will not be addressed unless they are resubmitted at the conference. After the bidder?s conference, the Government will only respond to questions via an amendment to the formal solicitation, which the Government intends to issue on or about 1 June 2006.
 
Web Link
NSWC Panama City Synopses
(http://www.ncsc.navy.mil/Contracts/Ztables/syntable.htm)
 
Record
SN01036732-W 20060429/060427221221 (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  © 1994-2020, Loren Data Corp.