Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2011 FBO #3456
DOCUMENT

A -- Request for Information (RFI) for Ship-launched Persistent Integrated Countermeasures for Electronic Warfare (SPICE) - Attachment

Notice Date
5/10/2011
 
Notice Type
Attachment
 
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
 
Solicitation Number
N0002411R5306
 
Response Due
5/18/2011
 
Archive Date
3/21/2012
 
Point of Contact
Erica Bowling 202-781-0807
 
E-Mail Address
Email Erica Bowling
(erica.l.bowling@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to extend the response date to May 18, 2011 and to post replies to questions submitted regarding this RFI. Please see file "SPICE_RFI_QA_Mod3". No further questions may be submitted. 1.The Government is issuing this announcement as part of a market survey for a long endurance, ship-based, offboard vehicle capable of carrying an active Electronic Warfare (EW) payload for use in next generation coordinated Onboard/Offboard EW countermeasures missions. 2.To achieve EW mission effectiveness the vehicle must be compatible with ship operations in the maritime environment up to and including sea state five conditions. Innovative technologies are required that minimize the shipboard operational and logistics footprint concerning storage, refueling, maintenance, safety, and launch and recovery operations. It is envisioned that ship systems will provide initial positioning, velocity, and vehicle direction information. The system should be capable of autonomous operation and have communications capability for minimal interaction with the launch/control platform to receive mission updates and report health and location status. Concepts for this vehicle system must be realized while minimizing manning requirements during shipboard operation. Technologies that utilize shipboard available energy sources are essential and use of existing command and control links on U.S. Navy ships is preferred. Liquid fuel based systems must comply with DoD Directive 4140.25 regarding fuel standardization. Potential vehicle solutions may include but are not limited to Unmanned Aerial Vehicles (UAVs) and Unmanned Surface Vehicles (USVs). Expendable systems concepts will be considered if they can be shown to provide total cost of ownership benefits. 3.The vehicle must be able to carry a nominal 35 lb. payload (minimum 25 lb. to maximum 50 lb.), provide 1KW of payload prime power and accommodate placement of a transmit and receive antenna pair with an unobstructed 90 degree field of regard, integrated with the vehicle platform to achieve maximum transmit to receive isolation. The vehicle must be capable of steering the vehicle/antenna pair over a 360 degree azimuth in winds from any direction. Each vehicle must be able to achieve and maintain station keeping relative to ship ™s position for a minimum of 2 hours duration, with longer duration preferred. The systems concept must show command & control capability for operating 3 platforms simultaneously from a single control station and conducting sorties to achieve continuous station keeping for a mission length of 24 hours, with minimum impact to shipboard storage, operations, and required manpower. For the purposes of this RFI, assume the system is stored, deployed, and operated from a single ship, and a single control and handling crew will be utilized to support the entire mission. 4.This market survey will support an Analysis of Alternatives where vehicle analysis will take into account physical characteristics, operational effectiveness, suitability, logistical characteristics, and life-cycle cost to assess particular vehicles ™ potential abilities to successfully execute the mission. Conclusions drawn from the AoA will form a portion of the basis for a Milestone B decision, currently planned for FY13. Funding for this effort is expected to be available in FY12 with a low rate initial production planned for FY18. 5.The government is seeking interested parties that may have developed or would be capable of developing potential vehicle solutions for this analysis that have one of the following attributes: a.Vehicle/system performance that can meet stated requirements with either little or moderate adaptation, upgrade, modification, or development from an existing demonstrated and tested system. Technology risks associated with the vehicle have been sufficiently reduced such that the system can achieve a minimum Technology Readiness Level (TRL) 6 at Milestone B. TRL 6 is achieved when system/subsystem models or prototypes have been demonstrated for this program in a relevant marine environment (Source: Defense Acquisition Guidebook) b.Innovative solutions that have not fully matured but that can be shown to be expected to meet the requirements in the allotted timeframe. 6.White paper responses to this RFI may be up to the SECRET level and may not exceed twenty (20) pages. Interested sources possessing the capacity to deliver a vehicle system meeting the conditions outlined above are requested to respond. Any information that the responder considers to be proprietary should be clearly marked. The government will protect such information in accordance with applicable law and regulation. White paper responses should include the following items: a.General concept description or approach to meet the aforementioned requirements and attributes. b.System description to include, but not limited to: i.General vehicle/system description; ii.Vehicle operating characteristics (dash, cruise, & loiter speed, and system endurance referencing specific associated parameters); iii.Vehicle dimensions, size, weight; iv.Propulsion system description including fuel/energy source; v.Payload size and weight capacity, and power available; vi.Command/control/communications systems concept description for multi-vehicle operation and dynamic retasking considering maximum use of existing ship ™s system; vii.Storage, launch, and recovery equipment, footprint, and procedures description; viii.Vehicle quantities, manpower and logistics to achieve mission; ix.Ship compatibility and compatibility with marine environment; x.Cost information; xi.Current vehicle/system uses; xii.Technology Readiness Level information. c. Performance requirements compliance matrix, using the format provided in the RFI attachment, to document the proposed system ™s ability to meet outlined requirements. Identify which capabilities have been demonstrated. d. Provide an assessment of the associated risks for the program and respective risk mitigation approaches. e. Identify performance requirements or functionality that would require adaptation, upgrade, modification or development. f.If necessary, provide a spiral development process that will result in a fully compliant vehicle in the desired timeframe. g. Any additional information to support claims that the system performance will meet the capabilities contained in this announcement. 7.White paper responses are due May 18, 2011. If the response if classified, submit two (2) hard copies and one (1) electronic copy on compact disc to Erica Bowling at the following address: Naval Sea Systems Command (NAVSEA) 1333 Isaac Hull Ave., SE Washington Navy Yard, DC 20376-2040 Attn: Erica Bowling 02532B If the response is unclassified, it may be submitted via email at erica.l.bowling@navy.mil. 8.The Government may elect to conduct one-on-one discussions with industry based on its analysis of the RFI responses. Please note that the Government is under no obligation to conduct these sessions. The Government may ultimately develop and issue a Request for Proposals (RFP) However, the Government is under no obligation to issue an RFP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002411R5306/listing.html)
 
Document(s)
Attachment
 
File Name: N0002411R5306_SPICE_RFI_QA_Mod3.pdf (https://www.neco.navy.mil/synopsis_file/N0002411R5306_SPICE_RFI_QA_Mod3.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0002411R5306_SPICE_RFI_QA_Mod3.pdf

 
File Name: N0002411R5306_Performance_Requirements_Compliance_Matrix.doc (https://www.neco.navy.mil/synopsis_file/N0002411R5306_Performance_Requirements_Compliance_Matrix.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0002411R5306_Performance_Requirements_Compliance_Matrix.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E.,, Washington Navy Yard, DC
Zip Code: 20376
 
Record
SN02443799-W 20110512/110510234315-47a08fc6e97bfb92474ed08f81b04c02 (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.