Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2009 FBO #2677
SOURCES SOUGHT

A -- FEDBIZOPS Synopsis: F2VUE0-09-RFI-Integrated Bridge System (IBS) for Wet Shallow Water Combat Submersible (SWCS)

Notice Date
3/24/2009
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
F2VUE0-09-RFI-IBS-SWCS
 
Archive Date
5/23/2009
 
Point of Contact
Roxanne A. Gerry,, Phone: 813-826-5177, Penny R. Petee,, Phone: 8138262491
 
E-Mail Address
gerryr@socom.mil, penny.petee.ctr@socom.mil
 
Small Business Set-Aside
N/A
 
Description
USSOCOM is requesting information from appropriate companies or parties currently capable of developing an Integrated Bridge System (IBS), as a prime system integrator for a host- launched, Shallow Water Combat Submersible (SWCS) vehicle that will provide Special Operation Forces (SOF) shallow water undersea operations similar to those currently performed on the MK 8 MOD 1 SEAL Delivery Vehicle (SDV). The IBS must address a wide range of operational challenges including the growing ability of hostile nations to detect, identify and target SOF conducting undersea tasks. Broad industry participation is desired but USSOCOM is keenly interested in designs that are currently in production or capable of rapidly entering into production. Delivery of a capability within 12 months would be required and within less than six months is highly desirable. To complete the study and consider programming initiatives in the fiscal year 2010 Program Objective Memorandum (POM), USSOCOM requires current industry sources and capabilities information. 1. PURPOSE: This notice is part of Government Market Research, a process for obtaining the latest information on the ‘art of the possible' from industry with respect to their current and near-term abilities. All company proprietary information contained in the response shall be separately marked. Any proprietary information contained in response to this request will be properly protected from unauthorized disclosure. The government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition so as to not inadvertently restrict competition. 2. OBJECTIVES: The objectives of this Request for Information (RFI) are to identify responsible sources and interested parties who have proven solutions that can meet or exceed IBS requirements. For the purpose of this RFI, the term "proven" means solutions at a Technology Readiness Level (TRL) "6" or higher, preferably TRL "7" or higher that have been validated in their relevant or operational environment. Examples would be testing in a high fidelity laboratory which emulates the undersea environment or actual system prototype testing in a surface or subsurface environment. 3. BACKGROUND: The MK 8 MOD 1 SEAL Delivery Vehicle (SDV) is approaching the end of its service life. The system was originally designed around a standard 1553 data bus, making upgrades and replacements no longer cost effective due to obsolescence. In some cases, increased capability may be available but the lack of an open architecture prevents cost effective upgrade of the systems. The SWCS will require development of an IBS with an open architecture, a power and signal distribution system capable of integrating various electronic systems and sensors, and the capability to display operational data to the vehicle pilot and navigator. 4. OPERATIONAL SCENARIOS: The new SWCS will transport SOF personnel and equipment in a wet environment into littoral waters and harbors. The IBS must address a wide range of operational challenges including the growing ability of hostile nations to detect, identify and target SOF conducting undersea tasks. Thus, the SWCS shall have a modular subsystem design conducive to accommodating upgrades to processors and sensors. Operating in a free-flooding "wet" vehicle, the SWCS passengers and crew transit for extended durations (i.e. up to 12 hours) in a wet, variant temperature environment while breathing from SCUBA gear. Thus hardware and software selected must feature interfaces that are mission-centric to ensure required operator actions are simple and minimized. 5. REQUIREMENTS: Following general, unclassified system requirements are applicable: A) NET-Ready: Objective: 100% of interfaces, services, policy-enforcement controls, and data correctness, availability and processing requirements in the Joint integrated architecture. Threshold: 100% of interfaces, services, policy-enforcement controls, and data correctness, availability and processing requirements designated as enterprise-level or critical in the Joint integrated architecture. B) Force Protection/Survivability: Objective: SWCS shall have the ability to detect threats commensurate with the threat environment using passive sensors, i.e. passive sonar, and ESM. Threshold: SWCS shall have the ability to detect threats consistent with the Mark VIII Mod 1 SDV technologies. C) Navigation Accuracy: * Objective: The navigation system will allow safe and accurate navigation, to include an integrated precision navigation system such as an Inertial Navigation System (INS) augmented by Selective Availability Anti-Spoofing Module (SAASM) Compliant GPS. Threshold: The navigation system will allow safe and accurate navigation, to include an integrated precision navigation system such as a Doppler navigation system augmented by Selective Availability Anti-Spoofing Module (SAASM) Compliant GPS. D) Diver-to-Diver, Diver-to-SWCS, and SWCS-to-Host Communications: Objective: Secure LPI/LPD Wireless underwater communications systems linking Diver-to-Diver, Diver-to SWCS, and SWCS-to-Host. Threshold: Secure LPI/LPD Tethered underwater communications systems linking Diver-to-Diver, Diver-to SWCS, and SWCS-to-Host. E) Communications While Docked: Objective: SWCS and subsystems will utilize secure wireless connection to host for data exchange. SWCS shall be capable of wireless digital networking from within DDS to host using COTS standard equipment. Threshold: SWCS and subsystems will utilize umbilical cable connection to host platform for data exchange. F) Performance & Mission Availability: Objective: 15 twelve-hour missions without a critical failure with 0.95 reliability over 15 days of use in a 30 day period. Threshold: 10 twelve-hour missions without a critical failure with 0.90 reliability over 10 days of use in a 30 day period. G) Sensor Mast: Objective: SWCS will include a sensor mast with an open-architecture, allowing the plug-n-Play integration of various imaging sensors. H) Docking System: * Objective: Rendezvous system shall support automated docking to Host Threshold: Rendezvous system shall support manual docking to Host I) Maximum Diver Deployment Depth: Objective: Equipment and life support systems will operate as deep as 300 ft seawater, limited by established safety practices exercised from using the U.S. Dive Manual for Open and Closed Circuit Mixed Gas Diving. Threshold: Equipment and life support systems will operate as deep as 190 ft seawater, limited by established safety practices exercised from using the U.S. Dive Manual for Open and Closed Circuit Mixed Gas Diving. * Note: Access to classified information is not required to respond to this RFI; however, in the event a RFP is issued in the future, competitors must have a facility clearance as well as personal clearance(s) up to SECRET. 7. INSTRUCTIONS TO RESPONDENTS: Interested parties should provide capabilities, qualification statements, and examples that demonstrate their ability to satisfy the requirements detailed in paragraph 5 of this announcement. Companies or parties are to use a minimum number of pages to describe in detail the information requested and submit responses in Microsoft Office compatible electronic format. The page limit for responses is 20, 8.5" x 11" double-sided pages, including attachments, figures and/or drawings, and no smaller that size 12 font. Responses must include: A) Industry Point of Contact (POC) for technical and contractual issues to include name, position, telephone number, and e-mail address. B) Complete System Description C) Overall capabilities of the system as compared against Paragraph 5 Requirements. D) Technology Readiness Level (TRL) of the system with justification. E) Detailed information regarding the system capabilities/performance (prior testing, test reports, etc.). Responses to this RFI will be accepted within 45 days of this notice and shall be transmitted electronically to USSOCOM/SOAL-KW Roxanne Gerry, gerryr@socom.mil 8. DISCUSSIONS: One-on-one information gathering sessions with respondents are currently not contemplated. The Government may elect to conduct one-on-one discussions with industry based on its analysis of the RFI responses, the quality of submission and the specifications in the information provided. The Government is under no obligation to conduct these sessions. The Government does not commit to providing a response to any comment or questions. Any revision to this RFI based on comments received remains solely at the Government's discretion. These initiatives may ultimately result in the Government developing and issuing an RFP for respondents. The above information for source sought only. 9. SPECIAL NOTICE: Respondent's attention is directed to the fact that contractor consultants and advisors to the Government will review and provide support during review and evaluation of submittals. When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government. All advisors shall comply with procurement integrity laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submissions in response to this RFI constitutes approval to release the submittal to Government Support Contractors. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997): The Government does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. Although the terms "proposal" and "respondent" are used in this RFI, your response will be treated as information only and shall not be used as a proposal. Any proposed solution must meet all Operational, Safety, Suitability and Effectiveness (OSS&E) requirements mandated by the Department of Defense.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b6cd0ff05d124da6e9490caeb43c17fe&tab=core&_cview=1)
 
Place of Performance
Address: Unspecified, MacDill AFB, Florida, 33621-5323, United States
Zip Code: 33621-5323
 
Record
SN01776744-W 20090326/090324220913-b6cd0ff05d124da6e9490caeb43c17fe (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.