Federal Bid

Last Updated on 02 Sep 2021 at 5 PM
Sources Sought
Washington navy yard District of columbia

TB-29C and TB-34A Towed Array Telemetry

Solicitation ID N0002423R6199
Posted Date 02 Sep 2021 at 5 PM
Archive Date 24 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsea Hq
Agency Department Of Defense
Location Washington navy yard District of columbia United states 20376

FAR Part 10 requires the Government to conduct market research before developing new solicitation requirements for an acquisition program.  Results of market research are used to determine whether qualified sources exist and to obtain industry comments and information on future procurements. The Government is conducting additional market research in accordance with FAR Part 10 to determine whether two or more business sources possess the requisite capabilities to successfully perform the requirement to manufacture, assemble, test and deliver TB-29C and TB-34A Towed Array Telemetry.

Description

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 TB-29C and TB-34A Towed Array Telemetry.  If a Request for Proposal (RFP) is issued it would be a performance-based contract that is awarded for production of TB-29C and TB-34A Towed Array Telemetry, Common Towed Array Receivers, and Common Towed Array Test Sets. 

Telemetry includes:

Pre-Hose Assemblies

Telemetry Kit Components

Telemetry Kit Components

ESAM Pre-hose assembly

CDAN

Array Termination Module

AM Pre-hose assembly

CNAS

Array Termination Adapter

EFIM Pre-hose assembly

Power Group

Test Adapters

AIM Pre-hose assembly

Tow Group

Wideband Assembly

AM Pre-hose Assembly

OTCID

QAN Assembly

ASM Pre-hose Assembly

Dual Optical Splitter

SIPP

FIM Pre-hose Assembly

NAS

R-LWTC

The systems shall be compatible with the existing, fielded, TB-29C thin line and  TB-34A fat line tow cables, array modules, handling systems, signal paths and the Host Sonar System (HSS), AN/BQQ-10.

The following system requirements are applicable:

TB-29C PERFORMANCE: If solicited, the TB-29C Towed Array Telemetry shall be required to perform in the operational conditions associated with Submarine combatants.  Performance requirements are specified in the NUWC-NPT Technical Document Technical Document 12,051, “Performance Specification for the TB-29X Thinline Towed Array document” dated 15 January 2015.  All modules of the same type configured with this heading sensor 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.

TB-34A PERFORMANCE: If solicited, the TB-34A Towed Array Telemetry shall be required to perform in the operational conditions associated with Submarine combatants. Performance requirements are specified in the NUWC-NPT Technical Document 11,987A TB-34()/BQ Towed Body Performance Specification document dated 1 March 2013.  All modules of the same type, configured with this heading sensor, shall be interchangeable with each other as well as with existing fielded TB-34A 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 and TB-34A Towed Array Telemetry, pre-hose assemblies, Aft Termination Module, Aft Termination Adaptor, and TB-34 Ruggedized Light Weight Tow Cable.  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 work processes and components.

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 Edward Pollack at [email protected], and Erica Fetter at [email protected]. The written request must include the company name, cage code, and complete destination address and security point of contact. Note, Personally Identifiable Information may be requested by NAVSEA security personnel during the clearance validation process. The controlled documents may only be provided to prospective respondents following approval by the NAVSEA Office of Security Programs and the Contracting Officer.

Interested sources are requested to provide proposed manufacturing plans and technical solutions not to exceed Twenty (20) pages (“8½ x 11”) and 12pt. font with one-inch boarders. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company Name, Address, Point of Contact, Phone Number, and E-mail address.

Submission shall address the following:

  • A description/matrix of how the respondent can assemble, test, inspect, package and deliver TB-29C and TB-34A Telemetry and TB-34A Ruggedized Light Weight Tow Cable.   
  • Detailed descriptions of test facilities to include drawings, pictures, brochures, etc., that will convey the operating principles, as well as general and specific system capabilities behind the submissions.
  • Production capacity estimate for the units. Provide an estimate of maximum available monthly production capacity. This capacity should be above and beyond any current production orders or current sales and should be able to be met without the introduction of new facilities. If new facilities are planned or required, state so.
  • Descriptions of any past or current contracts whose deliverables are similar to those covered in this announcement, either whole or in part. Please include the name and number of the on-going contract, contract scope, contract type, period of performance, contract deliverables, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer.
  • A respondent's capability package should clearly indicate whether they are a large business, small business, or a small disadvantaged business.

Information submitted should be sent to Edward Pollack and Erica Fetter at the aforementioned email address. Electronic responses should be sent unclassified. The Government does not commit to providing a response to any comment or questions submitted in response to this sources sought notice or information provided as a result of this sources sought notice. Any information submitted by respondents as a result of this sources sought notices is strictly voluntary. All documentation shall become the property of the Government. This sources sought notice is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. The Government is not soliciting, nor will it accept proposals as a result of this sources sought notice. This sources sought notice is a market research tool being used to determine the existence of qualified and experienced sources. 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 beta.SAM.gov and all interested parties must respond to that solicitation announcement separately from the response to this sources sought notice. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS SOURCE SOUGHT NOTICE.

Bid Protests Not Available

Similar Past Bids

Washington navy yard District of columbia 21 Jul 2020 at 3 PM
Washington navy yard District of columbia 21 Jul 2020 at 3 PM
Washington navy yard District of columbia 21 Jul 2020 at 3 PM
Washington navy yard District of columbia 21 Jul 2020 at 3 PM
Washington navy yard District of columbia 17 Nov 2022 at 1 PM

Similar Opportunities

Utah 14 Jan 2027 at 9 PM
New york 27 Jul 2025 at 4 AM (estimated)
New york 27 Jul 2025 at 4 AM (estimated)
San joaquin California 22 Jul 2025 at 3 AM