Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOURCES SOUGHT

61 -- Common Diploop Cable for a Common Electric Hull Penetrator

Notice Date
7/2/2008
 
Notice Type
Sources Sought
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-08-R-4024
 
Response Due
8/14/2008
 
Archive Date
8/29/2008
 
Point of Contact
Michael H Broomfield,, Phone: 401-832-8469, Victor J Howard,, Phone: 401-832-1549
 
E-Mail Address
broomfieldmh@npt.nuwc.navy.mil, howardvj@npt.nuwc.navy.mil
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities(FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line(NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. In accordance with FAR 15.201(e), this is a Request for Information (RFI). (SECTION 1) GENERAL INFORMATION: The Naval Undersea Warfare Center Division Newport, RI (NUWCNPT) issues this Request for Information (RFI) to aid the United States Navy in determining if there is sufficient industrial expertise and interest to proceed with a competitive procurement for the Common Electrical Hull Penetrator (CEHP) common diploop cable (CDC) described below. This RFI is intended to identify concepts and sources for a CEHP CDC that can survive in a submarine sail environment. The function of the CDC is to provide a reliable path for the transfer of critical information between outboard masts/sensors and the inboard processing equipment during at-sea missions and pier-side testing. (SECTION 2) BACKROUND: In January 2007, NAVSEA 073R directed the Naval Undersea Warfare Center Division Newport (NUWCNPT) to begin investigating the feasibility of a Common Electrical Hull Penetrator (CEHP) to be used with all future submarine Communications, Imaging and Electronic Warfare (CI&EW) antennas and sensors. The electrical hull penetrator (EHP) is the SUBSAFE boundary between the masts/sensors in the submarine sail and the inboard processing equipment. The resulting study determined that with current technology, the use of a CEHP is possible. In March 2008, NAVSEA 073R directed NUWCNPT to begin investigating near term changes to current systems and future system developments to aid in the design of a CEHP. In addition, NUWCNPT was to look at the feasibility of a common diploop cable (CDC). The diploop cable provides the connection between the mast/sensor and the EHP. The diploop cable is fed through a series of rollers in either the Universal Modular Mast (UMM) or Mast Mechanical Group (MMG) which raises and lowers the masts/sensors. Thus, constant flexing and bending of the cable should be expected. The CEHP CDC is expected to be a purpose built, mixed conductor cable assembly consisting of coax, #12-#16 AWG copper, and fiber optic conductors, both Single Mode (SM) and Polarization Maintaining (PM). Standard construction and pressure balanced cables will be considered. (SECTION 3) TECHNICAL REQUIREMENTS FOR CDC: (1) The cable assembly shall not be degraded by active or passive corrosion due to leakage currents or galvanic action over a 20 year service life. (2) CDC shall consist of the following: Qty(3) #12 AWG TSP – 6 conductors, Qty(4) #16 AWG TSP – 8 conductors, Qty(2)#16 AWG TST – 6 conductors, Qty(3) Coax – 3 conductors, Qty(1) #16 AWG Single – 1 conductor, Qty(9) Fiber – 9 conductors. (3) Coax cables shall be IW 2303 or industry equivalent. (4) The nine fiber conductors shall consist of 2 polarization maintaining (PM) fibers and 7 single mode (SM) fibers. Mil-spec components should be used where appropriate. Commercial telecom proven components and ruggedized components that have been developed for military applications shall be used when their specifications exceed the current Mil-spec or when no appropriate Mil-spec exists. (5) CDC shall be prepared in a manner that offers maximum flexibility with a circular core cross section, minimum amount of twist under loading and would avoid conductor defects such as kinks and twists which would shorten cable life. Use of fillers would be acceptable. Circular cross section should not be altered by exposure to pressure or other testing. (6) EMI Shield shall consist of two layers of #36 AWG tinned copper braid with 95% optical coverage, minimum. (7) CDC shall be capable of reliably operating after being cycled through a UMM and MMGbends for a minimum of 10,000 cycles. (8) The cable outer jacket shall prevent water entry under a continuous hydrostatic pressure of 1000 PSI (sea water environment). This hydrostatic pressure shall have no detrimental effect on cable performance or electrical characteristics. (9) The cable will be over molded with a polyurethane jacket of sufficient thickness to be resilient and resistant to tear, punctures or similar damage. (10) The outer diameter of the cable shall not exceed 1.45 inches. (11) The cable shall meet the cold bend requirements of MIL-C-24643 for cables having a diameter greater than.5 inches. The conditioning temperature shall be -28C, +0C, -2C. (12) The insulation resistance between mutually insulated conductors (excluding coaxial cables) and between any conductor and shield grounds shall be 1000 mega ohms minimum when tested in accordance with MIL-STD-202, Method 302, at 500VDC. (13) The cable assembly conductors shall withstand, without insulation breakdown, 1000 Vrms between any mutual conductors (including shields). (14) The operating temperature shall be -54C to +65C and the non-operating temperature shall be -62C to +71C, In addition, the cable should be capable of withstanding without failure naval vibration and underwater explosion environments. (15) Referenced Documents: PPD 802-6335747 Shock Qualification for Submarine External Components, S9320-AM-PRO-020/MLDG Molding and Inspection Procedure. (SECTION 4) REQUESTED INFORMATION: This RFI is intended to gather information regarding possible technical solutions and their characteristics. NUWCNPT’s goal is to use the information collected to develop an acquisition strategy for a competitive best value acquisition. Information desired at this time includes: (a) Proposed technical solution with/without modeling and simulation (b)Cost estimates (NRE and production) (c) Development schedule (including prototype, modeling and simulation, and production) (d) Minimum production runs (e) Production lead times (f) Relevant experience (g) Exceptions – Identify requirements specified that will not be met (h) Identify any alternative solutions that could fulfill the Navy’s objectives. Include the following contact information with your submission: company name, address, and primary engineering and program management points of contact (including name, phone number, and email address). (SECTION 5) RESPONSES: Interested parties are requested to respond to this RFI with a white paper. White papers in Microsoft Word for Office 2000 compatible format are due no later than 14:00 EST on 14 August 2008. Questions and responses shall be submitted in writing, via e-mail only, to Michael Broomfield, Contract Negotiator at michael.h.broomfield@navy.mil. Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Section 1, Administrative Information, of the white paper shall provide administrative information, and shall include the following as a minimum (there is no page limitation for Section 1 of the white paperSection 1 of the white paper is limited to one (1) page): Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. Section 2, Technical Description, of the white paper shall provide information in response to Section SECTION 3 of this RFI. Section 2 of the white paper is limited to twenty (20) pages. Section 3, Programmatic Description, of the white paper (one (1) page limit) shall address the maturity of the technology and provide a "road ahead" to the development of the solution described in Section SECTION 4. Section 4, Summary, of the white paper shall be a single page "quad chart" in Microsoft PowerPoint format that includes at a minimum the following data: (1) One or more graphics or photos that illustrate the technical concept addressed in the response. (2) Highlights of primary solutions referenced to the requirements of Section 3. (3) Maturity of the concept and the relevant technology components. (4) List of the following milestones and dates assuming the program were to begin in 2QFY10: PDR, CDR, Design Verification Test (using EDMs), when the first Low Rate Initial Production (LRIP) and Full Rate Production cables will be available for installation on board a submarine platformCost and Schedule estimates. The information provided in the RFI is subject to change and is not binding on the Government. The U.S. Government does not make a commitment to procure any of the items discussed in this RFI. Further, the release of the RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. It is emphasized that this is a Request for Information. It is not a Request for Proposal (RFP) of any kind and is not to be interpreted that such an RFP for the above will be issued. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party’s expense. Sample cables will be accepted at no cost to the U.S. Government and with no further obligation by the U.S. Government expected. Failure to respond to this RFI will not preclude participation in any future RFP, if issued. Questions shall NOT contain trade secrets or classified information. The Government does not guarantee that questions received after 08 August 2008 will be answered. Our department no longer issues solicitations or amendments in paper form. Instead, they may be accessed at our web site http://www.npt.nuwc.navy.mil/contract/. We also provide electronic access in our Bid Room.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=71f55ce83f503f87a8b6157e37c10b3b&tab=core&_cview=1)
 
Record
SN01606445-W 20080704/080702221704-fb6a465b69bbd3cd80b1d777bab9b223 (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.