Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
SOLICITATION NOTICE

10 -- FABRICATION AND TESTING OF THE SAFETY AND ARMING DEVICE FOR UNDERWATER MINE SYSTEMS - Statement of Work

Notice Date
10/30/2014
 
Notice Type
Presolicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N0017415SN0002
 
Archive Date
12/6/2014
 
Point of Contact
Yolanda Riley, Phone: 3017446656
 
E-Mail Address
yolanda.riley@navy.mil
(yolanda.riley@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft - Specifications Draft - Statement of Work Underwater Mine System Safety and Arming Device Request for Information (RFI) Underwater Mine System Safety and Arming Device Request for Information (RFI) 1. This is a Request for Information (RFI) from any interested U.S. companies only that are eligible to contract with the US Department of Defense concerning the development and manufacturing effort for an underwater mine system safety and arming (S&A) device, based on a Performance Specification (currently a draft copy). Responses to this RFI will be used by the Government to refine the acquisition plan, statement of work (SOW), proposal, etc. The RFI is for information and planning purposes only and does not constitute an Invitation for Bid (IFB) or Request for Proposal (RFP), and is not construed as a commitment by the government. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. 2. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division(NSWC IHEODTD) intends to solicit competitive proposals for the design, fabrication, and qualification testing of an S&A device. Preliminary planning includes a potential FY15 RFP release, FY15 Full and Open Competitive Source Selection, and FY15 contract award with start of production NLT 4 th quarter FY17. 3. The requirement of the underwater mine system S&A device is for it to be compatible with General Purpose blast/fragmentation. The current fuze is a mechanical S&A (with some electrical interface); however, the Government is open to any technologies that may be available and viable to meet performance requirements. The focus of this effort is to develop an S&A device design to support improved long-term manufacturability; it is not a requirements or capability improvement-driven effort. 4. The following are some key requirements: •a. Form and fit compatible with inventory warheads to include MK-82, MK-83, BLU-110, and BLU-111. •b. S&A will meet the requirements of MIL-STD-1316E. •c. S&A will be capable of being carried by and launched from the following aircraft platforms: B-1B, B-2A, B-52H, F-18C/D/E/F, P-3C, and P-8A. •d. S&A will be capable of initiating all current insensitive munitions (IM) explosives and be IM compliant. •e. S&A will be designed to meet the Navy and USAF safety requirements and standards. •f. Combined storage and service life will be 10 years minimum. •g. S&A system production rates should be able to range from 50 - 200 per contract option. 5. RFI responses will be used by the Government to refine the project's estimated cost, schedule and technical risk assessment to support a high confidence program plan and strategy. RFI responses are requested to include the following: •a. Rough Order of Magnitude (ROM) cost (Non-recurring engineering, testing, and qualification) and schedule to complete necessary design, development, qualification and test activities and reach production readiness. •b. Expected Critical Technologies and state of technology (i.e., Technology and Manufacturing Readiness Levels) at contract award. Provide proposed technical concept(s) that would meet the performance requirement of PRF- 8603212, and relevant examples of ongoing and previous contractual efforts that support your technology and manufacturing assessments. •c. Discuss whether an Electronic Safe and Arm Device (ESAD), EMSAD or other design might be proposed. •d. Specifically address how the following requirements under consideration are cost, schedule, technology, and/or manufacturing drivers and provide recommendations to reduce program impact. i ROM for technical data package and/or license rights suitable for any potential follow-on production competition. ii ROM estimate of the quantity range for the most efficient IDIQ bands and associated production unit cost for the delivered S&A system; estimated production unit cost at 200 units per year. iii How other system requirements or program planning aspects not stated above that significantly impact cost, schedule or technical risk of successfully achieving an affordable and reliable production design. 6. If requested, the Technical Data Package (TDP) for the S&A Mk 75 Mod 1 and accessories will be made available to qualified respondents for reference only. Respondents must officially request the documents in writing. To validate the documentation release, this request must include the company name, mailing address, email address, point of contact, phone number, current CAGE number and Central Contractor Registration number. The written request must include acknowledgement of the Responder's responsibility under the U.S. export contract laws and regulations. 7. Respondents may be requested to provide additional information/detail based on their initial submittals. Respondents are encouraged to respond with information not constrained by proprietary data rights. However, if proprietary data is included in your reply, please mark it appropriately. 8. This RFI is for information and planning purposes only, does not constitute a formal RFP, and is not to be construed as a commitment by the Government. All information contained in this RFI is preliminary, as well as subject to modification, and is in no way binding on the Government. Responses should reference "Underwater Mine System Safety and Arming Device", should not exceed 25 pages in length to include cover page, appendices, tables and figures, and should be mailed to NSWC IHEODTD Contracting office, ATTN: Yolanda Riley. Delivery of electronic copies is acceptable, if under 5MB to Yolanda Riley. Responses must be received no later than 21 November 2014 at 3:00PM. All questions should be submitted to the Contract Specialist, Yolanda Riley at Yolanda.riley@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017415SN0002/listing.html)
 
Record
SN03562394-W 20141101/141031000631-d28f622ca395357d55accab2b26bcf0d (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.