Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2008 FBO #2526
DOCUMENT

A -- Integrated Topside (InTop) - Draft Statement of Work - Draft Sample Task 0001

Notice Date
10/24/2008
 
Notice Type
Draft Sample Task 0001
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Office of Naval Research, ONR, CODE ONR-02, 875 North Randolph St., Suite 1425, Arlington, Virginia, 22203-1995
 
ZIP Code
22203-1995
 
Solicitation Number
N00014-09-R-0002
 
Response Due
1/16/2009
 
Archive Date
1/31/2009
 
Point of Contact
Kenesha Y Hargrave,, Phone: 703-696-5345, Vera G Carroll,, Phone: 703-696-2610
 
E-Mail Address
hargrak@onr.navy.mil, carrolv@onr.navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Office of Naval Research (ONR) is the lead organization for development efforts being initiated under the Innovative Naval Prototype (INP) Program. One of the technology projects headed by ONR under the INP program is Integrated Topside (InTop). InTop is a program that will support Radio Frequency (RF) multi-functionality and resource management in order to enable greater flexibility to adapt platform capabilities to rapidly changing tactical and strategic environments. InTop systems shall also be capable of integrating additional functionality through modularity, open interfaces, and the addition/deletion of hardware and/or software without impacting the fundamental system design. The InTop Program is to address the current condition where U.S. Navy surface combatants are increasingly employing large numbers of federated RF apertures to perform Electronic Warfare, Communication, and Radar functions; each function (and hence system) historically has its own aperture, electronics, operator, and logistics/maintenance tail. This classic stand-alone RF systems approach results in Electromagnetic Interference/Compatibility (EMI/EMC) problems that degrade system performance and increase life-cycle cost for the combatant. Ship RF signature and radar cross section are also difficult to reduce when restricted to stand-alone RF aperture/antenna approaches. Additionally, new communications and radar requirements are increasing space, weight and power demands on the topsides and masts of new platforms, and consequently lead to larger ships requiring increased generating capacity and at significantly higher cost. This problem of new requirements and limited space is even more critical on submarines with periscope/mast mounted systems. The Navy’s purpose is to support both the Technology Development (TD) and System Development and Demonstration (SDD) phases of a Navy acquisition program. The program will develop in a spiral manner InTop TD phase System Advanced Development Models (ADMs) suitable for proof of concept, and subsequent SDD phase systems for full system demonstration prior to any future acquisition, installation and deployment on various Navy platforms. InTop as an overarching program will adapt and develop new technologies and systems to support improved and affordable multifunction capabilities with open architectures (OAs) that can be integrated with legacy and other InTop systems. InTop will both provide system capabilities that can be scaled for the size and mission of the targeted platform and incorporate a Navy-developed Resource Allocation Manager (RAM) which will adapt the InTop systems in real time to provide specific radio frequency transmit and receive sensor and communications functions. In order to address these issues of System size, weight, performance and RF signature and life cycle cost, ONR has sponsored research for new electronics components, RF apertures, and sensor and communications capabilities using broadband, multifunction, RF designs and advanced technologies. Related development and concept demonstration efforts include the Advanced Multi Function Radio Frequency Concept (AMRFC) Test Bed and the Multi-Function Electronic Warfare (MFEW) Advanced Development Model (ADM). AMRFC and subsequently MFEW were installed and tested at the Naval Research Laboratory’s (NRL) Chesapeake Bay Detachment (CBD) site in Maryland. Future Integrated Topside concepts and systems may also be installed and demonstrated at this or other Navy test sites. This synopsis is to announce ONR’s release of the draft Statement of Work (SOW) (Attachment 1)and a Draft Sample Task 0001( Attachment 2) for the development, fabrication, and testing of InTop. This effort is for the spiral development, fabrication, testing and demonstration of an InTop System of Systems. This draft Statement of Work and Sample Task 0001 are being released for all potential offerors to provide questions or comments to ONR prior to release of the solicitation. RFP Number N00014-09-R-0002 will provide for multiple awards of Indefinite-Delivery/Indefinite-Quantity (IDIQ) Task Order (TO) Contracts. Multiple contract and task order awards are anticipated to investigate and adapt new technologies to support affordable multifunction capabilities, develop ADMs to test/demonstrate these new capabilities, and transition InTop capabilities for SDD with the goal of subsequent Fleet utilization. The scope of the tasks that can be issued under each task order award will encompass all efforts that lead to the development, appropriate integration and test of RF sensor and communications functions into legacy and future platforms, with reduced cost, manning and impact on ship design relative to an assembly of federated systems with similar capability. Also, the scope of the tasks shall include the study, design, fabrication, integration, and test & evaluation (T&E) tasks as required for the development of ADM, and subsequent Engineering Development Model (EDM) prototypes; and Limited Rate Initial Production (LRIP) installation of component systems of the InTop system of systems on various Naval platforms. This may include multiple task order awards per task order solicitation. The sample tasks are representative of the major deliverables that are anticipated to be procured via separate task orders under the multiple award contracts resulting from the RFP. Offeror’s abilities to perform under the proposed IDIQ contract will be evaluated based on the sample task proposals as well as on additional criteria to be identified in the RFP. Offerors must show reasonable ability to work under one or more of the sample tasks to be eligible for an initial IDIQ contract award. Sample task 0001 proposals will be used for evaluation purposes and may also be used to issue any initial system study task order awards. Task order 0001 may be issued concurrently with the basic contracts from this RFP. The resulting contracts are expected to have a (5) five-year ordering period. Task funding will be done though 6.1 through 6.4 program funds. The IDIQ contracts will allow for the issuance of orders by ONR, Naval Sea Systems Command (NAVSEA), Space and Naval Warfare Systems Command (SPAWAR) and related Navy commands. RFP N00014-08-R-0002 shall qualify potential suppliers for all phases of the InTop Program, shall award IDIQ contracts to those contractors determined to be qualified, and may award multiple initial Task Orders (TO) to a limited number of selected suppliers to: (1) conduct studies to define design approaches for Electric Attack (EA), and (2) investigate the integration of EA with a complementary Communications Transmit and/or Receive capability for surface combatants. Initial Task Orders issued under the resulting IDIQ contracts for Technology Development (TD) will focus on the successful Advanced Development and subsequent demonstration of selected InTop systems for various Navy platforms. Successful demonstration will include affordable integrated multifuctionality and other function and platform-specific Key Performance Factors (KPFs). Deliverables under these TD efforts shall incorporate the technology, capacity and open architecture to support future integration of additional functions and/or enhanced performance. Proof of design scalability to support expanded RF functions and the application of multifunction RF technologies are strongly desired.. The goals for the Technology Development (TD) phase of the InTop program are as follows: (1)elop and investigate InTop and InTop system architectures as they apply to various platform designs (e.g.,., ship overall design in general, and topside design in particular) and performance parameters, and mitigate acquisition and Life Cycle Cost; (2) Establish Open Interfaces between appropriately selected system Software and Hardware Configuration items; (3) Develop, build and test ADMs of selected InTop systems including but not limited to surface ship and submarine applications; (4) Conduct InTop ADM testing that satisfies TD Phase requirements to enable a smooth transition to the SDD) Acquisition Phase with minimal changes in system architecture; (5) Develop, build and test critical elements and/or subassemblies which may be expected to further the objectives of the InTop Program; (6) Establish a capability (Navy/Contractor) to integrate new InTop systems with existing systems; and (7)Establish a Navy/Industry Integrated Product Team (IPT) to provide requirements and technical support to the InTop Program. This IPT shall include representatives from both the ship requirement design–and-build domain and the sensor/communications requirement design and build domain. The goal of the System Development and Demonstration (SDD) phase is to develop, build and test Engineering Development Models (EDMs), and subsequent Limited Rate Initial Production (LRIP) units, of selected InTop systems for testing on Navy platforms,including but not limited to surface ships and submarines. All potential offerors interested in participating in any aspects of the Integrated Topside TD and/or SDD phases are encouraged to respond the forthcoming solicitation and demonstrate qualification for award of an InTop IDIQ contract. It is anticipated that ONR will issue the InTop RFP on or about 1 December 2008. Industry’s comments to the draft Statement of Work and the draft Task Order 0001 description should be provided by email to Kenesha Y. Hargrave at kenesha.y.hargrave@navy.mil on or before 19 November 2008. No hardcopies of the RFP will be mailed, faxed, or emailed. In order to submit a proposal under this solicitation, Offerors must possess a SECRET facility clearance with SECRET safeguarding. The RFP will be unclassified, but the technical specifications are classified “SECRET” and therefore will be provided under separate cover. The technical specifications will only be provided to interested parties who have a SECRET facility clearance with SECRET safeguarding. The technical specifications shall be mailed in hardcopy or on CD ROM to Offerors upon request via the following methods: Mail to the Office of Naval Research, One Liberty Center, Attn: Kenesha Y. Hargrave, ONR 0251, 875 N. Randolph Street, Rm. W1273E, Arlington, VA, 22203-1995; or Email to kenesha.y.hargrave@navy.mil. All requests should include RFP Number, Company Cage Code, Facility address, and Request Point of Contact information. Requests for the technical specifications can be sent immediately after publication of this synopsis. After award of the basic contract from this solicitation, additional task order solicitations may be submitted that include System Requirements Documents (SRDs) and/or other requirements documents classified at the “Secret” level. An Industry Day is tentatively scheduled for 12 Nov 2008 at the Naval Research Laboratory (NRL), 4555 Overlook Avenue SW Washington, DC 20375-5326 in Building 60 Auditorium. The security level will be SECRET. Visit Requests will need to be received by Mrs Cheryl Mcconnell at NRL {(202) 404-1856 (O); (202) 767-3658(F); cheryl.mcconnell@nrl.navy.mil} not later than 31 Oct 2008_. Potential offerors interested in attending industry day should send an email to Cheryl McConnell; Email address: cheryl.mcconnell@nrl.navy.mil for further information and to confirm final date, building/room number, and times of the Industry Day.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f003cf3502297723d130dfc1e2c9e4b2&tab=core&_cview=1)
 
Document(s)
Draft Sample Task 0001
 
File Name: Draft Statement of Work (SOW) for the development, fabrication, and testing of InTop. (Statement of Work 23 Sept 2008 rev1.pdf)
Link: https://www.fbo.gov//utils/view?id=f5cdaa43a516d8db53dcdc0472a67910
Bytes: 63.48 Kb
 
File Name: Draft Sample Task 0001for the development, fabrication, and testing of InTop. (EA Comms Task Order 0001 SOW Final 10-23-08.pdf)
Link: https://www.fbo.gov//utils/view?id=6d45b948e8ec847319de3a5d94ff5d9b
Bytes: 45.85 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01696109-W 20081026/081024215108-f003cf3502297723d130dfc1e2c9e4b2 (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.