Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
MODIFICATION

10 -- MK 48 MOD 7 APB6 TI-1 RFI 3

Notice Date
12/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-15-R-6403
 
Archive Date
1/20/2017
 
Point of Contact
Ryan Brophy, Phone: 2027812605, Michael L. Brown, Phone: 2027815250
 
E-Mail Address
Ryan.Brophy@navy.mil, Michael.L.Brown2@navy.mil
(Ryan.Brophy@navy.mil, Michael.L.Brown2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
***UPDATE 15 DECEMBER 2016: RFP STATUS*** The purpose of this posting is to inform industry that the Government is anticipating a Draft Request for Proposal (RFP) release in 2nd Quarter FY17. **UPDATE 14 NOVEMBER 2016: Deadline extended** Due to a delay in disseminating the updated TDP specifications, the deadline for submitting a response has been moved to 12:00pm EDT on 23 November 2016. **UPDATE 27 OCTOBER 2016: New RFI 3 document posted.** Follow-On Request for Information (RFI) for the MK 48 MOD 7 Advanced Processor Build 6/Technology Insertion-1 (APB6/TI-1) Heavyweight Torpedo Program A RFI provides a broad statement of need, briefly describes the Government's intentions regarding program/acquisition approach, and identifies key events in the acquisition program schedule. The program has taken a slightly different direction since the last RFI so prudence demands that an additional RFI be issued to ensure continued interest from industry as well as to gain an understanding the impacts the schedule will have on proposed vendors and the program. DISCLOSURE: This is a RFI notice only. This RFI is for informational planning purposes and is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding parties' expense. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. A. General and Background Information: Naval Sea Systems Command (NAVSEA) Program Executive Office Submarines, Undersea Weapons Program Office (PMS404) is issuing this follow-on RFI to provide Industry updated draft specifications for the MK 48 MOD 7 Advanced Processor Build 6/Technology Insertion-1 (APB6/TI-1) Heavyweight Torpedo (HWT). The original RFI in support of this program was issued on 6 March, 2015, which can be accessed at the following link: https://www.fbo.gov/index?s=opportunity&mode=form&id=eb44b693c63767ab9a0c310f8e557d3d&tab=core&_cview=0. A second RFI was issued on 29 January 2016 in lieu of conducting an Industry Day. The second RFI can be accessed at the following link: https://www.fbo.gov/index?s=opportunity&mode=form&id=d8ee5fb5629840f29fa0531607ec1891&tab=core&_cview=1 This follow-on RFI supersedes the previous RFIs mentioned above. B. Purpose: PMS404 is performing additional market research to gain an understanding of the impact that the change in draft specifications and the aggressive schedule may have on industry's willingness to bid. C. Planned Acquisition and Additional Requirements: The objective for NAVSEA is a 4 to 5 year development of MK 48 MOD 7 TI-1 with Initial Operational Capability in Fiscal Year (FY) 24. A contract award is now anticipated in the second quarter of FY18. Hardware Development Approach The Government is proposing a hardware development approach that involves Engineering Demonstration Model (EDM), Proof of Design (POD), and Proof of Manufacture (POM) deliverables prior to entering Low Rate Initial Production (LRIP). For EDMs, the only required deliverable is a Guidance and Control Box (GCB), which will support early Government bench-top testing and Operational Software (OPSW) integration with the Advanced Capability (ADCAP) Software Test Bed (AST). This GCB EDM can be a functionally equivalent unit and although desirable, does not need to meet all form and fit requirements (i.e., a functioning rack mount system would be acceptable). For the POD and POM deliverables, complete G&C Sections, TI-1 Warhead Electronics System (WES) Kits, and Improved Post Launch Communications (IPLCS) Kits will be required which meet all form, fit and functional requirements. Approval to proceed with EDM development will be predicated on an approved System Functional Review (SFR) baseline, approval to proceed with POD development will be predicated on an approved Preliminary Design Review (PDR) baseline, and approval to proceed with POM development will be predicated on an approved Critical Design Review (CDR) baseline. It is anticipated that 3-4 years of DT/OT testing with POD, POM & LRIP hardware will be required in order to meet current Initial Operation Capability (IOC) requirement of FY24. In order to meet current testing objectives, EDM deliveries are required to begin 7 months after contract award, POD deliveries are required to begin 22 months after contract award, and POM deliveries are required 16 months after initial POD deliveries (38 months after contract award). TI-1 Array Element Count The updated TI-1 performance specifications no longer specify an element count. Prospective Contractors can propose any array architecture / element count up to 560 which meets all performance requirements. However, an array consisting of more than 128 elements will require upgrades to the existing Government infrastructure and will ultimately cause the Government to incur additional costs for upgrading impacted equipment. Accordingly, when evaluating Contractor proposals that specify element counts greater than 128, the Government may take into consideration additional Government Total Ownership Costs. Criteria for evaluating such costs would be specified in any Request for Proposals resulting from this RFI. Test Equipment The TI-1 Contractor shall develop and deliver Factory Test Equipment to verify that Contractor-developed hardware meets performance requirements. Deliverable Factory Test Equipment includes test equipment for the Guidance and Control (G&C) Section, Contractor developed G&C Functional Item Replacements (FIR), TI-1 WES Kit and TI-1 IPLCS Kit. For the G&C FIRs, the Contractor shall develop Factory Test Equipment capable of testing each Contractor developed G&C FIR. This can be accomplished with test equipment that tests each G&C FIR or combinations of FIRs. TI-1 Array Testing Evaluating sonar array performance will ultimately require conducting tests within an acoustic tank. Improved Post Launch Communications System (IPLCS) The IPLCS is notionally envisioned to include fiber optic wire, an electric/optical converter, tether, canister, spool, and Torpedo Mounted Dispenser (TMD) which will replace the existing copper guidance wire system. D. Requested Information: To receive the updated draft specifications, email your request, including your company address, to Kristopher Feaster (kristopher.feaster@navy.mil) with courtesy copy to Deanna Riley (deanna.riley@navy.mil). After reviewing the updated specifications and information provided above respondents are requested to provide the following information. Respondents should tailor their responses based on their proposed team or company strategy. Citing prior experiences relating to the categories below will aid in the Government assessment of industry capability. •a. In reference to the Hardware Development Approach described above, do prospective Contractors feel that these delivery dates are achievable? If not, do prospective Contractors have an alternative approach to hardware development and delivery that would better mitigate risk and/or accelerate the APB6/TI-1 program schedule? •b. In reference to the TI-1 Array Element Count described above, do prospective Contractors have a proposed solution that is different from the previously specified 112 channel element count array that meets the system level performance requirements in the proposed timeline? •c. In reference to the TI-1 Array Testing described above, do prospective Contractors own or have access to acoustic tank facilities separate from the Government's facilities, or do prospective Contractors intend to use Government facilities for development & qualification testing? What test approach/facilities do prospective Contractors envision for Array Factory Acceptance Testing? •d. In reference to the Improved Post Launch Communications System described above, do prospective Contractors feel that the technology is mature and robust enough to achieve stated performance requirements within the given development schedule? •e. Identify any programmatic risks or opportunities, including software strategy, prospective Contractors perceive with the proposed program strategies (technical & schedule) and provide your recommendations for actions that the government and/or contractor could implement, prior to or during contract execution, to mitigate the risks or take advantage of the opportunities. •f. It is anticipated that the APB6/TI-1 contract will be awarded in the second quarter of FY18. Does the timing impact the prospective Contractors willingness to bid on the project? E. Submission Details: Respondents to this RFI should adhere to the following details: Interested parties are requested to respond to this RFI in a white paper in Microsoft Word for Office 2003 (or newer) compatible format on 25 pages or less (including cover and administrative pages) and shall be delivered using 10 font or larger. •a. Interested parties should provide company profile to include the following: • i. Company Name • ii. Company Address • iii. Point of Contact • iv. E-mail Address • v. Web site address • vi. Telephone Number • vii. Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) • viii. Number of employees •b. All responses are due no later than 14 November 2016 at 1:30 PM EDT. Responses shall be submitted via e-mail only (no telephone inquiries or paper submits) to Kristopher Feaster (kristopher.feaster@navy.mil) with courtesy copy to Michael L. Brown (michael.l.brown2@navy.mil) and Ryan Brophy (ryan.brophy@navy.mil). Proprietary information, if any, must be clearly marked. To aid the Government in its review, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. •c. Classified Information: The Government does not anticipate that Contractor responses to this solicitation will need to include classified information. However, if a Contractor wishes to submit a response that includes classified information, the Contractor should first contact Kristopher Feaster (kristopher.feaster@navy.mil) with courtesy copy to Michael L. Brown (michael.l.brown2@navy.mil) and Ryan Brophy (ryan.brophy@navy.mil) to request instructions regarding the proper submission of such information. DO NOT SUBMIT ANY CLASSIFIED INFORMATION UNTIL AFTER YOU HAVE CONTACTED THE GOVERNMENT AND RECEIVED INSTRUCTIONS DIRECTING YOU HOW IT SHOULD BE SUBMITTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-15-R-6403/listing.html)
 
Record
SN04353163-W 20161217/161215234756-66cbb9a226780bf79c6c95f3ca2348d3 (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.