TB-29C Production, Integration, and Testing

expired opportunity(Expired)
From: Federal Government(Federal)
N00024246105

Basic Details

started - 17 Nov, 2022 (17 months ago)

Start Date

17 Nov, 2022 (17 months ago)
due - 16 Dec, 2022 (16 months ago)

Due Date

16 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
N00024246105

Identifier

N00024246105
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE NAVY (156349)NAVSEA (28025)NAVSEA HQ (1928)NAVSEA HQ (1928)
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.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. The Naval Sea Systems Command (NAVSEA) seeks to obtain a list of interested candidates to provide proposed manufacturing capability and technical solutions to address the Submarine Fleet’s requirement for reliable integration, production, and testing of TB-29C Towed Arrays. If a Request for Proposal (RFP) is issued, it would be a performance-based contract that is awarded for assembly, integration, testing, inspection, packaging, and delivery of TB-29C arrays. The required telemetry shall be provided as Government Furnished Material (GFM). The TB-29C systems shall be compatible with the existing, fielded, TB-29 series tow cables, TB-29C array modules, handling systems, signal paths, receivers (CTAR3 series), test equipment, and the Host Sonar System (HSS), AN/BQQ-10. The respondents shall have experience as a system integrator, including
experience in the development of towed arrays as well as the integration of the overall towed system. The respondents shall be able to coordinate towed array production, and integration across diverse industry partners (both large and small business), academia, and Government warfare centers. The respondents shall show that they are knowledgeable of towed arrays and facilities, handling systems, and integration with the Host Sonar System. The respondents shall describe the physical manufacturing test capabilities for Production verification and factory acceptance testing of the contract end items. Specifically, the respondents shall describe the following production test capabilities and the location of the testing facilities:Vibration Testing (Array and module level)Pressure Testing (Array and module level)Temperature Testing (Array and module level)Handler Testing (Array and module level))Tension TestingBuoyancy TestingHeading Sensor CalibrationDepth Sensor CalibrationVoltage Sensor CalibrationCurrent Sensor CalibrationTemperature Sensor CalibrationInsulation Resistance MeasurementHydrophone Channel Gain and PhaseCoupling VoltageFiber Optic TestingAcoustic CalibrationHydrophone Spacing TestThe respondents shall describe any specialized test facilities that will be required for environmental testing, and whether the facilities are leased or owned. The respondents must have a facility security clearance issued by the Defense Security Service at the SECRET Level.The following system requirements are applicable:TB-29C PERFORMANCE: If solicited, the TB-29C array shall be required to perform in the operational conditions associated with Submarine combatants. Performance requirements are specified in the NUWC-NPT Technical Document 12,051A TB-29X Performance Specification document dated 15 January 2015. All modules of the same type shall be fully interchangeable with each other as well as with existing, fielded, TB-29C modules, without the need for internal access, such that any module can be replaced with an equivalent module in the same location. Components and parts of the identical subassemblies shall be functionally and mechanically identical.SCHEDULE: If solicited, NAVSEA will be interested in a production contract for TB-29C Thin Line Towed Arrays to achieve the Submarine Fleet’s inventory objective expeditiously. To support production requirements, the Navy requires a 12-month delivery for the first production array, with succeeding deliveries of one Array every month thereafter, at a minimum, until complete. To evaluate this attribute,   the Navy will consider the vendor‘s approach to production planning, including material lead-time, personnel, facilities, and the use of matured subsystems, work processes, and components.The Government desires at least a Government Purpose Rights (GPR) license, (as defined in DFARS 252.227-7013 and DFARS 252.227-7014) in all noncommercial technical data (TD), in all noncommercial computer software (CS), and in all noncommercial computer software documentation (CSD). If an RFP is issued for these requirements, the Government intends to seek at least a GPR license in all Technical Data Packages (TDPs) to be delivered during the performance under this program. Please describe your approach to data rights licenses and what will be the Government's ability to use, modify, release, or disclose such TD, CS, or CSD. Additionally, describe how your approach to data rights licenses will ensure the unimpeded, innovative, and cost-effective operation, maintenance, and upgrade of the TB-29C program throughout its lifecycle. General system requirements will be available only to those companies with a validated security clearance at a minimum SECRET clearance level. To attain validation of security clearance, prospective respondents must submit a written request to William Appleman, at william.s.appleman.civ@us.navy.mil and Erica Fetter at erica.e.fetter.civ@us.navy.mil. The controlled documents may only be provided to prospective respondents following approval by the NAVSEA Office of Security Programs and the Contracting Officer, and after approval is granted the documents will be mailed to the respondent. The written request must include:Company Name and Address;CAGE Code;Point of Contact Name, Email, and Phone;Level of Facility Clearance/ Level of Storage Capability;Facility Security Officer Name, Email, and Phone;Classified Mailing Address;Classified Mailing POC Name, Email, and Phone.

1333 ISAAC HULL AVE SE  WASHINGTON NAVY YARD , DC 20376-5000  USALocation

Place Of Performance : 1333 ISAAC HULL AVE SE WASHINGTON NAVY YARD , DC 20376-5000 USA

Country : United StatesState : District of Columbia

You may also like

AAPPL Testing

Due: 30 Jun, 2024 (in 2 months)Agency: School District U-46

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 5845Underwater Sound Equipment