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 assemble, integrate, test, inspect, package, and deliver TB-29C towed arrays.
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 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 towed arrays. The required telemetry shall be provided as Government Furnished Material (GFM). The systems shall be compatible with the existing, fielded, thin line tow cables, array modules, handling systems, signal paths, and the Host Sonar System (HSS), AN/BQQ-10.
The respondents shall have experience as a system integrator who will be involved in the development of towed arrays as well as the integration of the overall 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:
The 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 12,051, “Performance Specification for the TB-29X Thinline Towed Array 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 14-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 TB29C 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 Edward Pollack at [email protected] , and Danielle Tyler at [email protected]. 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:
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 borders. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company Name, Address, Point of Contact, Phone Number, and E-mail address.
Submission shall address the following:
Interested respondents should submit the information annotated above via email, on or before 28 August 2020 by 1600PM EST. Information submitted should be sent to Edward Pollack and Danielle Tyler at the aforementioned mailing or 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 notice 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 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.
Point of Contact
Primary: Edward Pollack, [email protected]