Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOURCES SOUGHT

58 -- Extended Range - Directional Frequency Analysis and Recording Sonobuoy

Notice Date
5/15/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-19-RFPREQ-PMA-264-0019
 
Archive Date
7/14/2018
 
Point of Contact
Karl Maria E. Ramdass, Phone: 301-757-5247, Adam Caudle, Phone: 301-757-5255
 
E-Mail Address
karl.ramdass@navy.mil, adam.caudle@navy.mil
(karl.ramdass@navy.mil, adam.caudle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR), Air Anti-Submarine Warfare (ASW) Systems Program Office (PMA-264) located in Patuxent River, MD is issuing this Sources Sought Notice as a means of conducting market research to identify potential business sources that: 1) Have the resources, and relevant experience to design/develop an Extended Range -Directional Frequency Analysis and Recording (ER-DIFAR) sonobuoy beginning with a Technology Readiness Level - 5 sensor array which has been developed under a contract with Johns-Hopkins University (JHU). The sensor array is expected to consist of over 100 elements. 2) Capability to decompose the Tier 1 System Design Specification (System Requirements Review Specification) into a Tier 4 System Design Specification (Critical Design Review Specification) 3) Have the resources, and relevant experience to continue the design/develop of a sonobuoy system to integrate the sensor array designed/developed under Item 1) above into a deployable sonobuoy system. 4) Have the resources and relevant experience to implement algorithms for sensor array beam forming and In Buoy Signal Processing 5) Have the resources to arrange and package the acoustic data gathered into a format ready for RF transmission over a sonobuoy VHR channel complying with existing U.S. Navy RF transmission standards in place. 6) Develop software tools to analyze the collected data or work with JHU to refine analysis tools. The ER-DIFAR sonobuoy project will build and demonstrate an A-size sonobuoy system capable of delivering the required array gain in order to localize and collect passive acoustic intelligence of ultra-quiet submarines at tactically relevant ranges through exploitation of a unique feature of the sound channel. This new sonobuoy will include a highly capable sonar array that will enable passive detection of very quiet targets by means of superior directional gain against noise. To successfully develop this technology, significant challenges for packaging the array will be addressed that will enable its use in an A-size form factor. Additionally, low noise electronics and hydrophone units will be matured to meet the limited packaging constraints while achieving the necessary performance standards for effective array operation. Building upon the initial investments by Chief of Naval Operations (OPNAV) N2N6F23, OPNAV N98, and NAVAIR PMA-264, the initial delivery of ER-DIFAR sonobuoys will be to the Airborne ASW Intelligence (AAI) program. ER-DIFAR will transition to the AAI Passive Extended Range Sonobuoy System (PERSS) program of record as one of the passive acoustic sensor systems in the PERSS family of A-sized sonobuoys. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334511 with a small business size standard of 750 employees. The applicable Federal Supply Code (FSC) is 5845. The sonobuoy shall be capable of being launched from any platform capable of launching A'- sized sonobuoys. This notice is being used for the purpose of determining market interest, availability and adequacy of potential business sources prior to establishing the method of acquisition and issuance of a Request for Proposal, including the use of any appropriate small business programs. All interested businesses are encouraged to respond. The Government is not obligated to, and will not pay for any information received from potential sources as a result of this Sources Sought Notice. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. This notice is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. It is the offeror's responsibility to monitor the Federal Business Opportunities website located at http://www.fbo.gov for the release of any follow-on information. SUBMISSION CONTENT: It is requested that interest companies submit to the contracting office a capability statement to be no more than 15 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The capability statement should include, but is not limited to, the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. b) A description of your company's past experience and performance on similar design development, design verification testing, fabrication, system qualification and production contracts. Include contract number and whether Contractor Performance Assessment Report System ratings are available. This description should address current and prior experiences. If no similar experiences exist, please address future sonobuoy systems capabilities. c) An outline of your company's supply chain management and purchasing systems currently, or potentially, capable of supporting this design development effort. Include information on major subcontractors or suppliers to be used. d) A statement on any active sonobuoy designs developed or in development. Include any applicable test results. Identify any industry certifications currently held, i.e. ISO9001:2000, SAE-AS9100, etc., to support your ability to meet the objectives being requested. e) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. SUBMISSION INFORMATION: Interested offerors shall submit the capability statement response to Ms. Karl Ramdass, NAVAIR Contract Specialist, at karl.ramdass@navy.mil. Submissions are due no later than 10:00 AM (Eastern) on 29 June 2018 and shall be in Microsoft Word and/or Microsoft Excel format, or Portable Document Format (PDF). All interested offerors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Feedback will be provided for the responses received to this Sources Sought Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-19-RFPREQ-PMA-264-0019/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04922791-W 20180517/180515230615-61c1541b71de163cd266ae369c67d09c (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.