Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2007 FBO #2183
SOURCES SOUGHT

20 -- Program Manager Ships-Naval Special Warfare (PMS NSW) is seeking information and responses from interested sources to present technical, design, development, and/or manufacturing capabilities for re

Notice Date
11/16/2007
 
Notice Type
Sources Sought
 
Contracting Office
N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002408S6305
 
Response Due
12/31/2007
 
Archive Date
12/31/2007
 
Point of Contact
John Dennard, Contracting Officer, john.dennard@navy.mil. 202-781-2846
 
Description
Program Manager Ships-Naval Special Warfare (PMS NSW) is seeking information and responses from interested sources to present technical, design, development, and/or manufacturing capabilities for recommended near-term (6-18 months) solutions for a ?free-flooding? Shallow Water Combat Submersible (SWCS) for Special Operations Forces (SOF). This notice is issued as part of the preliminary market research effort. PMS NSW intends to evaluate the responses received to establish technology solutions currently available with the highest potential for improving SWCS operational and logistical capabilities. PMS NSW intends to use the information, with other information considered as well, to conduct further market research and product analysis. It is anticipated that solicitation for products and/or services will be issued as a result of this market research for Commercial of the Shelf (COTS) equipment and designs for integration into the SWCS program. PMS NSW reserves the right to hold additional market research meetings, including system demonstrations (if necessary), with some, but not necessarily all firms responding to this notice. The preferred approach at this time is to leverage COTS equipment and systems to the maximum extent possible. PMS NSW is also open to alternative solutions and minimal development items with value added potential. The SWCS will launch and recover from surface vessels and from submerged host platforms. The planned submerged launch and recovery platform is the Dry Deck Shelter (DDS) mounted external to a nuclear submarine host platform aft of the sail. The DDS space available is 8 feet diameter by 22 feet long from the sphere operator station to the apex of the elliptical outer door. A proposed extension in length of the DDS from 22 usable feet of storage space up to 32 feet is possible. No extension to the DDS is the most preferred option, minimizing the extension is the next preference, and an extension to the full 32 feet is least preferred. The SWCS will have to be loaded, manned, and maintained while enclosed in the DDS. The SWCS is intended to operate manned with a crew of two and a dedicated cargo area exceeding 180 cubic feet (approx. twice the available cargo volume of the MK8 MOD1 SEAL Delivery Vehicle) for transport of SOF personnel and equipment to mission areas. The c rew will navigate the vehicle submerged while wearing Underwater Breathing Apparatus? (UBA) for primary life support, additionally, the SWCS will have a vehicle mounted closed/semi-closed breathing system to provide extended duration. The vehicle will be equipped with; precision navigation, internal and external communications, obstacle avoidance and docking sonar systems, multi-axis integrated auto-pilot, life support, and modular sensor systems. The SWCS will provide increased personnel and cargo capacities, range, speed, and endurance over existing MK8 MOD1 SEAL Delivery Vehicle while maintaining the ability to operate clandestinely in shallow restrictive waters. Improvement areas pertaining to near-term SWCS design efforts include but are not limited to the following areas: hull form and design, active and passive vehicle enhancements for diver thermal protection (hot and cold), secure VHF/UHF/SATCOM and hydro-acoustic communication, human systems integration and training, control and display systems, sonar systems, three dimensional obstacle avoidance and navigation display for improved situational awareness, open architecture designs, common non-proprietary systems, reliability, alternative material construction, submerged navigation improvement systems, design integration, system integration analysis, high capacity alternative power sources and/or storage, alternative underwater propulsion methods, payload and mission package development, automated system failure identification and diagnostic, automatic piloting and ballasting, and alternative methods and platforms for vehicle launch and recovery. Logistic areas of interest incl ude: process improvement strategies, obsolescence management, document management systems that allow for improved information sharing with applicable safeguards, user-friendly features, efficient methods of configuration control, efficient parts tracking methods and identification, commonality of parts and repair tools, simplified technical and repair manuals, simplified customer feedback process, training methodology changes, training requirements identification. Responses to this RFI should discuss: a. Capabilities, benefits, concepts for new systems, upgrades to known fielded systems, integration concerns, developmental issues and most recent demonstrations, potential mission or capability relevance, system reliability (Mean Time Between Failure), supply and support requirements, anticipated future support, implementation timeline, potential annual production capability, and line item breakdown of ownership cost estimates. b. List any customers that procured your product(s). List results and parameters of any field tests and compatibility with other systems and software. Briefly discuss your vision and plans for insertion of technology enhancements for the product offered. Include why PMS NSW should be interested in your product and discuss your firm?s direct and relevant experience in design, development and/or manufacturing. c. Identify your firm?s strategy for integration of COTS equipment and systems. For your products currently operational (both public and private) provide references and customer points of contact. In addition, provide whether your product is offered on the General Services Administration?s Federal Supply Schedule. Identify which contract line items make up your system with corresponding price data. If applicable, state whether your product will operate with known commercial software systems (1) without modification, (2) with minor modification or (3) not as currently offered. If available provide copies of any evaluations of your product conducted by outside, independent organizations. The point of contact for this Request for Information (RFI) is Mr. Dennis Lynch at 202-406-1317. Information and responses shall be submitted in English and no more than 20 pages in PDF or standard commercial format to: dennis.lynch.ctr@navy.mil. Lodgment of interest shall be accepted up to 45 days from this announcement by electronic mail to dennis.lynch.ctr@navy.mil, for classified submissions please coordinate with Mr. Lynch (Classified material must be handled and marked in accordance with appropriate security regulations). All interested sources are encouraged to respond. All responses submitted under the terms and conditions cited herein will be reviewed. All submissions shall be considered proprietary/potential source selection sensitive and treated accordingly. This notice does not constitute an Invitation for Bid or Request for Proposal, a promise to issue a request for proposals, nor a promise by the Government to pay for information received in response to this synopsis or any subsequent synopsis requesting further information. All firms responding to this synopsis are advised that their response to this synopsis is not a request to be considered for a contract award. If a solicitation is issued, it will be announced later through the Navy Electronic Commerce Online (NECO) and FedBizOpps and all interested parties must respond to that solicitation announcement separately from the response to this synopsis. Response to this synopsis is NOT a request to be added to a plan holder?s list or to receive a copy of a solicitation.
 
Record
SN01454100-W 20071118/071116231316 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.