Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOURCES SOUGHT

L -- SSP Unmanned Surface Vehicle Support Services - Description including Diagram

Notice Date
9/13/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
 
ZIP Code
20374-5127
 
Solicitation Number
N0003020Q0020
 
Archive Date
10/30/2018
 
Point of Contact
Audrey M. Hogg, Phone: 2024338424, CRIS D BEVERIDGE, Phone: 202-433-8420
 
E-Mail Address
audrey.hogg@ssp.navy.mil, cris.beveridge@ssp.navy.mil
(audrey.hogg@ssp.navy.mil, cris.beveridge@ssp.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice including Diagram SSP Unmanned Surface Vehicle Support Services Sources Sought Announcement THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KINDS OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS SOURCES SOUGHT. NO CONTRACT WILL BE AWARDED PURSUANT TO THIS ANNOUNCEMENT. The U.S. Navy Strategic Systems Program (SSP) is conducting market research to identify sources capable of performing operations, maintenance and sustainment (OM&S), engineering, logistics, and program management services for specialized unmanned surface vehicle (USV) systems. All information contained in this Sources Sought Announcement is preliminary and subject to modification; it is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used by the Government to facilitate decision-making. This is a preliminary market research effort; no proprietary information is to be provided at this time. The Johns Hopkins University Applied Physics Laboratory (JHU/APL) will be supporting the government in the review process. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. I. Purpose of Sources Sought Announcement This Sources Sought is issued for the purpose of communicating a general description of Wave Glider systems management requirements to industry and gauging industry capacity in meeting those requirements as part of a market research information gathering effort. The U.S. Navy intends to use information gathered in response to this announcement to gain an awareness of market capabilities and interested parties, and to support the formulation of an acquisition strategy. In an effort to develop sound acquisition strategies, early industry participation is encouraged and will assist the U.S. Navy in its goal of providing superior and cost-effective flight test support. II. Background The SSP Trident II D5 flight test program includes a suite of systems that collect, relay, archive, and process missile performance data. This data consists of metric tracking, missile telemetry, meteorological, and communications data that may be archived or processed via post-flight data production systems. The Wave Glider is an autonomous USV consisting of a two-part architecture that leverages ocean surface and underwater motion variances to convert wave motion into platform propulsion (see Figure 1, below). The Wave Glider utilizes an automated information system (AIS) with collision avoidance for system tracking and health and status broadcasts at regular intervals. The design allows for remote operator interaction and reaction in response to system alarms, as well as remote manipulation of onboard sensors. Figure 1. Wave Glider Architecture The seven SSP-owned Wave Glider systems, equipped with mission-specific sensors and payload systems operating individually or in fleets, will support submarine (SSBN) position determination and communications operations in the launch area by delivering real-time data during TRIDENT Fleet Ballistic Missile (FBM) flight tests. III. Scope of Work a. The Government is gauging industry capabilities in providing engineering and OM&S services for the SSP-owned Wave Glider systems in support of SSBN position determination and communications operations during TRIDENT FBM flight tests. Services include performing flight test support coordination and planning for Wave Glider instrumentation, to include preparation of system support plans, coordination of systems set-up, calibration, testing, equipment movement and transportation, and all activities for Wave Glider flight test equipment support to facilitate responsiveness during operational support activities. IV. Information Sought: a. To meet the Sources Sought objectives of: (1) identifying small businesses as interested parties, and (2) assessing capabilities and experiences of the industrial base to support the subject effort, please complete the following Capabilities and Experience Table. You may include addition narrative, if desired, within your response. 1 Range Communications 2 Acoustic Systems 3 Missile Flight Test Support 4 FBM Program Support or similar Department of Defense Weapons System Flight Test Program V. Questions: In order to inform SSP of your company's capabilities, respond to the questions provided below. Please reference the section and question number respective to each response. Q1. To meet Wave Glider operational support requirements, candidates must have demonstrated capability in: a. Deploying and operating USV systems in the BOA in accordance with mission- specific footprints for the purposes of sea-based weapons system communications and position determination. Describe your demonstrated experience in this area, including a description of the systems with which the experience is based and relative personnel technical skills; i.e., years of experience, areas of experience (system installation, integration, field operations and general nature of operational support, etc.). b. Maintaining and sustaining USV platform and communications systems. Describe your demonstrated experience in this area, including a description of the systems with which the experience is based and relative personnel technical skills; i.e., years of experience, areas of experience (installation, integration, field maintenance, logistics, life-cycle systems management, etc.). Q2. To meet Wave Glider operational support requirements, candidates must have demonstrated capability in: a. Acquiring, recording, processing, and performing quick-look analysis of system sensor data. Describe your demonstrated experience in these areas, including a description of the sensors with which the experience is based and relative personnel technical skills; i.e., years of experience, areas of experience (algorithm development, real-time command and control, processing, analysis, etc.). Q3. Describe your company's configuration management system. Q4. Describe your company's quality system. Include a continuous improvement example in accordance with your quality system. Q5. Describe your company's problem resolution tracking system. Q6. Describe your company's software engineering process. Q7. Describe your company's experience in providing operational logistics functional support. Q8. Describe your company's relevant experience in program level systems engineering activities to include: (1) engineering planning for system sustainment, life extension and modification; and (2) system performance monitoring and predicative analysis of system performance degradation. Q9. Describe your company's experience in providing Information Assurance (IA) compliance. Q10. Companies are required to have facility clearance at the SECRET level and supporting personnel must be cleared at the SECRET level. Does your company meet these requirements? VI. Response and Submittal Instructions Response Due Date is 4:00 PM EDT, thirty (30) days from public announcement. Responses shall not exceed ten (10) pages, single-sided. Page size shall be 8.5" x 11"; font shall be Times New Roman 12 pt.; margins shall be 1" on each side. The cover page and table of contents pages will not be counted toward the page limit. The Government will not accept company literature or marketing materials in response to this Sources Sought. Submit an electronic copy in either PDF format or Microsoft Word format by e mail to Ms. Audrey Hogg, SSP Contracts (SPN-201), at Audrey.Hogg@ssp.navy.mil, along with one hardcopy, by the Response Due Date. In addition, all communication associated with this Sources Sought shall be submitted via e-mail to Ms. Audrey Hogg. VII. Response Information: Primary Point of Contact: Audrey Hogg, CFCM Audrey.Hogg@ssp.navy.mil Contracting Office Address: Strategic Systems Programs 1250 10th Street, SE, Suite 3600 Washington, DC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N0003020Q0020/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN05087977-W 20180915/180913231332-4810cdb587e63e6065c8766d1e93688c (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.