Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
SOURCES SOUGHT

10 -- Request for information market survey for MK 39 Expandable Mobile Anti-Submarine Warfare

Notice Date
1/14/2009
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
ZIP Code
00000
 
Solicitation Number
N0002409R6226
 
Response Due
2/11/2009
 
Archive Date
2/12/2009
 
Point of Contact
Traci Mercer 202-781-2931
 
Small Business Set-Aside
N/A
 
Description
PREDECISIONAL ACQUISTION SENSITIVE INFORMATION SPECIAL NOTICESynopsis Date: January 14, 2009Contracting OfficeAddress: N00024 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DCSubject: RFI for Mk 39 Expendable Mobile ASW Training Target (EMATT) and Portable Target Programmer SystemArchive Date: January 14, 2009 SUBJECT: REQUEST FOR INFORMATION (RFI)/ MARKET SURVEY for Mk 39 EMATT DESCRIPTION: This RFI is being conducted to identify viable contractors with knowledge of navy Anti-Submarine Warfare, Unmanned Undersea Vehicle systems and experience building low cost expendable systems for the next production run of Mk 39 EMATT. The current Mk 39 EMATT contract has been fully exercised with the next production contract scheduled for FY 09. BACKGROUND: The Mk 39 EMATT is the US Navy's primary open ocean ASW training device and has been in production for 14 years. The Mk 39 EMATT Mod 0 and 1 were build-to-print Firm Fixed Price (FFP) contracts while the current Mk 39 EMATTs are a build-to-performance specification FFP contract. The later type will be used for this contract. DETAILED DESCRIPTION: The Mk 39 EMATT is a low cost "A" size (3 feet long and 4 7/8 inches in diameter), expendable that is surface or air launched and acoustically and dynamically emulates threat submarines for ASW training purposes. The Mk 39 EMATT is preprogrammed in the factory with 12 run profiles that are externally selectable by the fleet user for his ASW training needs. The Mk 39 EMATT is instrumented to be dynamically tracked on all US Undersea Ranges for support of ASW training. Other key performance capabilities are:-Active Sonar and Torpedo echo repeater-Passive acoustic threat submarine emulation-Threat representative speeds / 3-8 knots-Realistic submarine heading and depth maneuvers and turn rates-Autonomous evasion maneuvers The Mk 39 EMATT has a Portable Target Programmer (PTP) system that allows fleet users and Navy Undersea Range personnel to reprogram the Mk 39 in the field allowing for tailored training scenarios.MK39 EMATT's are currently being procured under contract (N00024-02-C-6151) awarded to Lockheed Martin Sippican (LMS) Inc. LMS designed, and built all the production line equipment and test stations to support the EMATT production run. The production line equipment is not available as GFE for the next contract; all production assembly and test equipment for this new contract will be the responsibility of the next contractor. As a special contract requirement, the contractor shall design and build an end item test station that will be used to certify the proper acoustic, dynamic functions, ensure full electrical continuity of cables, and establish final vehicle roll and trim settings. This end item test station will be used for the conditional acceptance of 100% of production Mk 39s. Final Acceptance of each lot of Mk 39s is based on successful completion of a series of Environmental tests, a static Acoustic Test and an In-water Test sequence. The Environmental Testing, ! which will be the responsibility of the contractor to conduct, includes shock, vibration and high/low temperature test sequences. The Prime Item Performance Specification for Mk 39 EMATT defines these test requirements. No GFE including moulds, tools or test equipment will be supplied for this contract. No government drawings are available for the Mk 39 EMATT.In addition to the baseline Mk 39 EMATT, a submarine launched version, powered by a non-lithium source battery will be required under this contract as well. The submarine launched version shall be safe to store on-board a submarine, all types, and shall be safe to launch from a submarine Trash Disposal Unit. An upgrade to the EMATT is required for compatibility with new surface and air platform sonar systems to meet fleet systems requirements. This configuration will be required to transition the current EMATT pseudo-echo repeat active operation to a full duplex active system. The MK39 EMATT will be delivered to the government in a Sonobuoy Launch Container and a protective gray over pack shipping container.The MK39 EMATT shall be safely carried and launchable by all navy ASW fixed wing and rotary wing ASW aircraft and surface ships and shall conform to all the requirements delineated in NAVSEA Technical Manual S9310-AQ-SAF-010. "Technical Manual for Batteries, Navy, Lithium Safety Program Responsibilities and Procedure".A Portable Target Programmer (PTP) system for the Mk 39 EMATT will also be purchased under this contract. The PTP is a light weight portable system that can be used to change the factory pre programmed acoustic and dynamic run profiles for the Mk39 EMATTs in the field. The PTPs will also be required to conduct a self test of Mk 39s and have the ability to download new operational software. A battery and AC operated PTP design will be also required. APPROACH:The contract award will consist of a base year with 4 option years. The contract Request for Proposals (RFP) is expected to be sent out in early 2009 with an award expected for 2009. Plans are to purchase a combination of Mk 39 EMATTs and submarine launched Mk 39 EMATTs totaling up to 1200 units for each year. However, contract options will allow purchases as low as 300 per year. Delivery of the first lot (250-300 units) of Mk 39 EMATTs will be required 16 months after contract award. Purchased plans for this contract also include up to 50 PTPs per contract year. Delivery of the first 20 is required 18 months after contract award. Engineering Services up to 3,000 hours/year and Data Contract Line Items to support production are also included in this contract. First Article Testing of each Mk 39 EMATT Configuration is a Government option as described in the appropriate performance specifications. RESPONSES: This contract will be firm fixed priced. Specifications will be provided for all the Mk 39 EMATT configurations and PTP systems against which bidder's proposals will be based.If your firm is interested in this procurement, please send an expression of interest by 11 February 2009 to the Contracting Officer at Naval Sea Systems Command, Attn: Ms. Renee Brooks (SEA 026), 1333 Isaac Hull Avenue SE, Washington Navy Yard, DC 20376 or at e-mail address: Renee'.Brooks@navy.mil and Ms. Traci Mercer (SEA 02626M) 1333 Isaac Hull Avenue SE, Washington Navy Yard, DC. 20376 or at e-mail address: Traci.Mercer@navy.mil. This expression of interest should contain a single point-of-contact and include mailing address, telephone number, facsimile number, and e-mail address for said point-of-contact.. Only one point-of-contact per company is requested. Offers from foreign companies will not be considered Responses should contain info on: 1.Knowledge of navy Anti-Submarine Warfare, Unmanned Undersea Vehicle systems and experience building low cost expendable systems.2.Ability to Execute Effort under a Fixed Priced Contract including ability to meet contract delivery date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=801dbd364238d838221794dde115b0f5&tab=core&_cview=1)
 
Record
SN01732317-W 20090116/090114215821-801dbd364238d838221794dde115b0f5 (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.