Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SPECIAL NOTICE

99 -- 12 - Photonics Mast Replacement (PMR)

Notice Date
11/23/2009
 
Notice Type
Special Notice
 
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
N0002410SNA04
 
Archive Date
1/31/2010
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY and NOT a solicitation. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. THIS REQUEST FOR INFORMATION IS PUBLISHED FOR MARKET RESEARCH, INFORMATION AND PLANNING PURPOSES ONLY. The Naval Sea Systems Command (NAVSEA) PEO SUB seeks information as to potential qualified commercial sources with specific experience and expertise to replace the current Photonics Mast (PM) for VIRGINIA and SSGN Class Submarines. The new Photonics Mast Replacement (PMR) will have application to the Virginia Class and Ohio Class SSGN Class submarines with the potential for implementation on new design as well as 688/688i Class submarines. The PMR requirement is currently identified as an FY12 developmental new start with a planned FY16 initial production build. The PMR requirement is for a non hull penetrating optronics mast cited in a telescoping Universal Modular Mast (UMM) bay. Features shall include day and night infrared and visual imaging, laser range finding, special stealth features, and a capable antenna suite with broad spectral coverage and direction finding as well as potential for 360 degree Situational Awareness and Collision Avoidance imaging capability. The PMR shall support the existing Photonics Mast antenna suite which is currently planned to be an integrated component of the PMR. As the Navy is seeking to attract and maximize the use of the existing industrial base we also seek information regarding technical risks/inhibitors that would be a limiter to effective future competition. Obtaining this information will allow the Navy to potentially implement risk mitigation initiatives early on in the process enabling the Navy to reach a broader technical community. Therefore, responsible sources should provide detailed information addressing the following areas. And where appropriate, please identify any technical risk areas as well as recommended mitigation initiatives you feel the Navy should consider. The PMR design shall be:-Capable of meeting or exceeding the PMR specifications.-Designed to operate and survive in submarine environmental conditions.-Designed on a open and modular architecture to:oEnable rapid and cost effective technology insertion and refresh.oSupport capability growth over the lifetime of the system with minimal redesignoExpedite field replacement of antenna and optronic sensor units without the need to remove the entire PMR mast from the UMM.oReadily support rapid module test and replace for short turnaround during field or depot repair.-Designed to meet high Reliability, Maintainability and Availability (RM&A) requirements-Supportable within the framework of the submarine imaging in service infrastructure as augmented by the OEM-Compatible with the Universal Modular Mast (UMM), Photonics RF Distribution Unit (RFDU), and below decks hardware/Software on applicable platforms. -At delivery, a single integrated product, tested with a complete support package. -Shall exhibit an open systems approach using modular design, standards-based interfaces and widely supported commercial standards. It is strongly desired to abolish/minimize any proprietary interfaces and/or hardware. The Contractor will be required to identify to the Government all Commercial-Off-the-Shelf/Non-Development Item (COTS)/NDI components, their functionality, and provide copies of license agreements related to use of these components. Responsible sources should provide detailed information addressing the following areas: 1)Proof of Vendor Qualification:a)Proof of expertise in developing, designing, producing, fielding complex Imaging Systems (IS). Provide examples.b)Provide details on the number of IS currently installed, in production, on order and proposed, including countries. c)Production capability and capacity including depot maintenance support. 2)Performance and Survivability - Based on vendor's existing/future IS capabilities where applicable:a)Provide an overall technical description of the functions and capabilities of the equipment. b)Provide data related to Availability, Reliability and Maintainability.c)Provide details of the design and performance of the rotary seal mechanism including operational depth or limitation.d)Provide analysis or data addressing the underwater shock survivability of the outboard equipment and, in particular, the optical head windows.e)Provide details on space and cabling available to support the Electronics System Measure (ESM) capability.f)Provide analysis or data on the capability of the color camera to correctly detect and identify running lights at night.g)Provide analysis or data relative to the accuracy of the stabilization system.h)Provide details on the design and performance of the Eyesafe Laser Rangefinder.i)Provide details on the design and performance of the thermal management system and the capacity of the system to provide adequate cooling with the increased thermal load of the ESM system.j)Provide details on the design and performance of any performance monitoring, and fault isolation capability.k)Provide details on the interface between the Sensor Unit and the Universal Modular Mast (UMM).l)Provide details on the dip loop cable design including number and types of conductors, fibers, etc., and any other functions of the assembly. Include data on any life cycle testing performed.m)Provide details on the design and environmental performance of the hull penetrator used on existing installations.n)Provide details on any water shedding characteristics or coatings used on the headwindow(s).o)Provide details on space, weight and power requirements for the sensor.3)Maintenance Philosophy - Based on vendor's existing/future IS capabilities where applicable:a)Describe the maintenance and repair process that supports the equipment (i.e., operational and intermediate level maintenance).b)Describe the depot maintenance philosophy and capability for the system4)Technology Refresh (obsolescence) and Technology Insertion (upgradeability) - Based on vendor's existing/future IS capabilities where applicable:a)Describe the obsolescence management process in place for the equipment including tracking of parts for obsolescence and the processes for qualifying replacement components.b)Describe the capability of the equipment to be upgraded as newer technology becomes available and the processes for qualifying new components.5)Systems Engineering Processes - Based on vendor's existing/future IS capabilities where applicable:a)Describe the systems engineering processes used in the design and development of the equipment.b)Describe the systems engineering processes used for failure analysis.c)Describe the systems engineering processes used in the design and development of future upgrades.6)Configuration Management and Logistics Based on vendor's existing/future IS capabilities where applicable:a)Describe how the hardware and software configuration of the equipment identified, controlled and managed.b)Describe the technical documentation provided with the equipment including any drawings, technical manuals (paper or electronic) and the capability of any Interactive Electronic Technical Manuals.c)Describe the operator and maintenance training documentation capabilities provided with the equipment, including any interactive electronic training available. d)Describe any factory and field training that can be provided with the equipment including class sizes and training duration. 7)Data rights - Based on vendor's existing/future IS capabilities where applicable:a)Provide details on any limitations on technical data rights for the equipment specifically proprietary information that would not be shared with the US government. Interested sources are requested to provide unclassified company literature and/or provide a capability summary not to exceed 50 pages in length addressing the topics described above. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name; Address; Point of Contact; Phone Number; E-mail address; and Level of Facility clearance. All information submitted in response to this RFI shall be received on or before 31 December 2009. Submit information by mail and/or e-mail to Commander, Naval Sea Systems Command, SEA 0262, 1333 Isaac Hull Ave., SE, MS 2050, Washington Navy Yard, DC 20376-2050, Attn: Linda C. Squires, 5W2018, Linda.Squires@navy.mil. Telephonic responses are not acceptable. The Government may not respond to any specific questions or comments submitted in response to this RFI or information provided as a result of this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. The Government will disclose respondent's information to only authorized government and non-governmental third-parties, including employees of Science Applications International Corporation (SAIC), Sonalyst and MIT Lincoln Labs, for purposes of evaluation. Information submitted in response to this RFI constitutes the respondent's written consent to such disclosure. Non-government third-parties will be required by the Government to sign a certificate of non-disclosure prior to their gaining access to the respondent's information. In accordance with FAR Part 15.201(e), this RFI is issued solely for information and planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. It does not constitute a solicitation and should not be viewed as a request for proposal. The Government reserves the right to accept, reject, or use without obligation or compensation, any information submitted in response to this RFI that is not proprietary. Any information submitted by respondents as a result of this RFI is strictly voluntary. Responses to the RFI will not be returned. All documentation shall become the property of the Government. All firms responding to this RFI are advised that the Government is not soliciting and responses received will not be considered offers nor accepted to form a binding contract. If a solicitation is issued, it will be announced later via NECO/FedBizopps and all interested parties must respond to that solicitation announcement separately from the response to this RFI. Responses to this RFI are not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS REQUEST FOR INFORMATION. Point of Contact Linda Squires, SEA 02621, Linda.Squires@Navy.mil, 202-781-3942 and Corinthia A. Price, SEA 02621P, Corinthia.A.Price@navy.mil, 202-781-2362.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002410SNA04/listing.html)
 
Record
SN02010050-W 20091125/091124000235-9a564f21d3dcc5a69e403f95802772f7 (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.