Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2007 FBO #1948
SOLICITATION NOTICE

A -- Assault Breaching System Counter Mine System

Notice Date
3/26/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
NSWC Panama City, Code XPS2, 110 Vernon Ave., Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133107R0035
 
Response Due
6/8/2007
 
Archive Date
10/30/2007
 
Description
The Naval Surface Warfare Center, Panama City, FL (NSWC PC) is requesting proposals under full and open competition to perform System Development and Demonstration (SD&D) of the Assault Breaching System (ABS) COUNTERMINE SYSTEM (CMS). The CMS is envisioned to use a precision guided, standoff munition. The CMS attacks surface laid and buried mines through a controlled dispense of countermine neutralizers. These neutralizers are designed to neutralize mines through consumption of the mine?s explosive fill, detonation/deflagration of the mine, and/or defeating the mine?s fuse mechanism. The CMS is programmed prior to launch and is guided to the desired aim-point prior to countermine neutralizer dispense. The performance goal of the CMS program is to provide a sound solution to the Littoral Mine Warfare (LMW) requirement for a tactical system to clear buried and surface laid mines in the surf and beach zones in support of Ship to Objective Maneuver (STOM). More specificall y, the goal is to integrate CMS into the ABS System of Systems providing a mine neutralization capability in FY 2015. The SD&D effort encompasses conduct of all analysis, system engineering and design, development, fabrication, assembly, testing, qualification, operator and maintenance training, documentation, planning, and management required to support this effort. It also includes all materials, software, and services necessary to ensure the successful performance of the responsibilities entailed in executing this program. During SD&D, the Contractor will be responsible for the following major efforts: Design, development, integration, test, and fabrication of Engineering Development Model (EDM) systems; Cooperative efforts with platform developers or integrators; Support of developmental testing; Technical documentation; Logistics support planning; Spares and support equipment; Interim support; Production of EDM systems to support the Operational Evaluation. The SD&D ph ase will provide for the development and delivery of systems which wil l comprise the CMS Engineering Development Model (EDM) system to support developmental and operational testing.. Offerors on this program will be required to demonstrate: a. Recent, relevant experience and successful past performance in the engineering development of explosive based mine countermeasures systems or other relevant technologies, weapons system development and integration, fire control systems, and aircraft systems integration. b. Recent, relevant experience and successful past performance in the development of military weapon systems and documentation for fielded systems including logistics, training and system support. c. Capability and experience in successfully operating within an Integrated Process and Product Development (IPPD) environment which will incorporate structured use of joint Government and Contractor Integrated Product Teams (IPTs) from the program management level down through the working levels. d. Capabilities and relevant experience on energ etic based systems, MCM systems, or in weapon systems operating in an aircraft environment (including systems installation on aircraft). e. Facility and personnel security clearances at the SECRET level. The Government intends to release the formal Request for Proposals (RFP) on 23 Apr 07 Offerors will have 45 days after formal release of the RFP to submit proposals. The Government intends to conduct a Pre-Proposal Conference scheduled for 10 May 07 in the NSWC PC Building 110 Auditorium, 110 Vernon Avenue, Panama City, Florida 32407 beginning at 8:30 CST (see below). The Agenda for the Conference is as follows: Welcome/Introductions -0830-0845; ABS CMS Overview -0845-0930; RFP Overview -0930-1015; Break -1015-1030; Performance Parameters -1030-1100; Address Questions Previously Received / Take Additional Questions 1100-1215; Lunch -1215-1330; Address Additional Questions -1330-1600; Wrap up -1600-1630. All questions concerning the RFP shall be e-mailed to mary.f.hines@navy.mil NLT 07 May 2007 prior to the Conference. The Government will respond to questions at the conference or in a amendment to the RFP. All conference attendees shall submit their visit request by emailing all attendees names, the company's security clearance, and Contractor and Government Entity (CAGE) code not later than 07 May 2007 to mary.f.hines@navy.mil. The Government will not entertain additional questions on the RFP after the Pre-Proposal conference. Requests for the RFP shall be emailed to mary.f.hines@navy.mil. Verbal requests will not be honored. FSC: AC95, NAICS: 541330, Size Standards: $4.5M. Numbered Note 22 applies to this announcement. NSWC PC plans on releasing the solicitation electronically only. The point of contact is Contract Specialist: Mary Hines, Code XPS2, NSWC PC, 100 Vernon Avenue, Panama City, Fl 32407-7001.
 
Web Link
NSWC Panama City Synopsis Table
(http://www.ncsc.navy.mil/Contracts/Ztables/syntable.htm)
 
Record
SN01259431-W 20070328/070326220853 (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.