Universal Modular Mast

expired opportunity(Expired)
From: Federal Government(Federal)
N00024-18-R-6201

Basic Details

started - 11 Dec, 2017 (about 6 years ago)

Start Date

11 Dec, 2017 (about 6 years ago)
due - 05 Jan, 2018 (about 6 years ago)

Due Date

05 Jan, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
N00024-18-R-6201

Identifier

N00024-18-R-6201
Department of the Navy

Customer / Agency

Department of the Navy
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DESCRIPTION:THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS.The Naval Sea Systems Command (NAVSEA) PEO SUB seeks to obtain information as to potential qualified sources with specific experience and expertise to provide a modular mast for submarine sail systems.The Universal Modular Mast (UMM) will have application to the Virginia Class and Columbia Class submarines with the potential for implementation on new design submarines. The modular mast features include ability to hydraulically raise and lower sail mounted sensor systems, provide structural support throughout the range of mast deployment, and provide feedback on mast location throughout the raise\lower stroke. The modular mast design is required to meet extreme environmental conditions, use a common sail interface, modular, accessible for removal of subassemblies without removal of entire system from the sail, and serviceable at the Navy's Intermediate level. Candidate systems are required to have the
capability to be integrated and interoperable with the Photonics Mast, Multifunction Modular Mast, High Data Rate Mast and Multifunction Mast.The Government requests that interested, responsible sources should provide detailed technical information and proposed plan and concepts addressing the following areas:1) Performance and Survivabilitya) Provide an overall technical description of the functions and capabilities of the equipment.b) Provide data for the modular mast specifically related to Availability, Reliability and Maintainability.c) Provide details of the raise\lower speeds and the operating hydraulic pressure.d) Provide analysis or data addressing the underwater shock survivability of the outboard equipment.e) Provide details on overall dimensions and weight of the modular mast.f) Provide details on the routing and handling of the sensor cables.g) Provide details on the interface between the modular mast and the supported sensors.h) Provide details on the interface between the modular mast and the sail. Provide details on the materials and coatings used in the design of modular mast.i) Provide details on the design and performance of the mast height indication sensors and any associated cabling.j) Provide details on the ability to interface and mechanically operate sail closure doors.k) Provide details on the installation and removal of the equipment from the sail.2) Maintenance Philosophya) Describe the maintenance and repair process proposed to support the equipment on US Navy submarines (i.e., operational and intermediate level maintenance).b) Describe the depot maintenance philosophy and capability for the system.3) Data rightsa) Provide details on any limitations on technical data rights for the equipment specifically proprietary information that would not be shared with the US government.4) Installed Base and Customer Feedbacka) Provide details on the numbers of modular masts currently installed, in production, on order and proposed, including countries and submarine types.b) Provide points of contact for references willing to provide details of their experience with the modular mast being offered.5) Schedulea) Provide details on the ability to manufacture, test and deliver the quantity of masts within the schedule allotted as identified in the draft RFP.6) Sourcesa) Discuss any oppotunities forseen to utilize small business conccerns, AbilityOne, Federal Prison Industries, and other subcontractors.b) Identify any barriers to competing subcontracting opportunities. Interested sources should respond to this sources sought notice by providing an expression of interest and unclassified company literature and/or provide a capability summary not to exceed 50 pages in length addressing the topics described above. The written request must include the company name, CAGE code, and complete company address.DRAFT RFP:The Naval Sea Systems Command is providing a Draft Solicitation associated with this sources sought for information purposes only. The Draft RFP will be provided through AMRDEC for approved vendors. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified in this notice.RELEASE OF TECHNICAL DATA PACKAGE INFORMATION:The Technical Data Package associated with the solicitation, will NOT be posted with the Sources Sought notice and must be obtained through this office. This program includes information that has been designated as "Distribution D" and is only releasable to current and approved Department of Defense (DoD) contractors. In addition, the program requires a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for "sensitive" or "controlled" technologies regulated by the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. Disclosure of the control drawings requires the verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons.Prospective offeror's will be validated IAW DFARS 252.204-7004 Alternate A, System for Award Management. Information on reporting requirements may be obtained via the internet at https://www.sam.gov.No additional materials will be provided other than those included in the approved files released through AMRDEC. Any requests for additional files will not be considered.The Government will not accept specific questions or comments submitted in response to this notice or information provided as a result of this notice.All information submitted in response to this sources sought shall be received on or before 5 January 2018. All written expressions of interest and information must be submitted in both hardcopy and on CD by mail to the primary contact listed below. Telephonic responses are not acceptable. This sources sought notice is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. Any information submitted by respondents as a result of this sources sought notice is strictly voluntary. All documentation shall become the property of the Government. All information provided by the respondents may be marked "business sensitive" and will only be shared between Government activities and employees.All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be announced later via Federal Business Opportunities (FedBizOpps). Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation.This information is subject to modification and in no way binds the Government to award a contract. TheGovernment is not responsible for any cost incurred by industry in responding to this notice. This notice shall not be construed as a promise to contract or commitment of any kind.THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCES SOUGHT NOTICE.Points of Contact Information:Primary:CommanderNaval Sea Systems CommandAttn: Roy Williams/SEA 026331333 Isaac Hull Avenue SE Stop 2050Washington Navy Yard, DC 20376-2050Roy.Williams@navy.mil202-781-3106Secondary:CommanderNaval Sea Systems CommandAttn: Matthew Kopp/SEA 026321333 Isaac Hull Avenue SE Stop 2050Washington Navy Yard, DC 20376-2050matthew.kopp@navy.mil202-781-4406

SEA 02 1333 Isaac Hull Avenue SE Washington Navy Yard, District of Columbia 20376 United StatesLocation

Place Of Performance : SEA 02 1333 Isaac Hull Avenue SE Washington Navy Yard, District of Columbia 20376 United States

Country : United States

You may also like

CARRIER, GEAR ASSEMB

Due: 10 May, 2024 (in 8 days)Agency: Department of Defense

CLUTCH, POSITIVE, NON

Due: 06 May, 2024 (in 3 days)Agency: Department of Defense

SPIDER, UNIVERSAL JO

Due: 10 May, 2024 (in 8 days)Agency: Department of Defense

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

334 -- Computer and Electronic Product Manufacturing/334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 20Miscellaneous Ship and Marine Equipment