Airborne Low Frequency Sonar (ALFS) Sonar Transmitter/Receiver (ST/R) In Support of CJ&A

Agency:
State: Maryland
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159188837974066
Posted Date: Mar 14, 2024
Due Date: Mar 29, 2024
Source: Members Only
Follow
Airborne Low Frequency Sonar (ALFS) Sonar Transmitter/Receiver (ST/R) In Support of CJ&A
Active
Contract Opportunity
Notice ID
N00019-24-RFI-0299
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 14, 2024 10:56 am EDT
  • Original Response Date: Mar 29, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5845 - UNDERWATER SOUND EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

INTRODUCTION



The Naval Air Systems Command (NAVAIR), in support of PMA-299 MH-60 Multi-Mission Helicopter Program Office, is seeking sources that have the capability, experience, and facilities required to support the Airborne Low Frequency Sonar (ALFS). The Contractor shall design solutions for obsolete shop replaceable assemblies (SRA) and design domestic replacements for SRAs manufactured currently by foreign vendors (to facilitate improved logistical support) for the ALFS Sonar Transmitter/Receiver (ST/R) part number H420805-2. Contractor shall provide form, fit, function replacements as possible solutions to facilitate maintaining the current ST/R part number H420805-2 inventory without requiring replacement of all SRAs in repair and reducing impacts to current Navy I-level test capability. The Contractor shall provide support for higher-level field and aircraft testing, deliver a full Technical Data Package for all upgraded parts, an ECP for incorporation into the current system configuration, and update all applicable logistical support data. The Contractor shall ensure the solutions comply with the ALFS System Segment Specification document number G787640 Rev 2, or superseding specification revision approved by the Government if made available prior to any contract award. The Contractor shall conduct a trade study on upgrades to legacy ST/Rs part number N102522-3, to bring to the new configuration. Additional efforts will be in completing a trade study assessing the benefits of, and options in, upgrading the US Navy’s ST/R p/n N102522-3 to the resultant new configuration. This trade study should include also providing detailed instructions on performing the preferred upgrade approach. The Contractor shall deliver two updated ST/Rs, with the new solutions incorporated, to NAVAIR for testing. Documents provided upon request



PLACES OF PERFORMANCE



Place of Performance Percentage of Total Effort (estimated)



Contractor Location(s) 75%



Naval Undersea Warfare Center Seneca Lake – Dresden, NY 10%



Naval Air Station Patuxent River – Patuxent River, MD 5%



Atlantic Undersea Test and Evaluation Center – Andros Island, Bahamas 10%



DISCLAIMER



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



PROGRAM BACKGROUND



ALFS was originally contracted in Dec 1991 on an RDT&E contract on which the first ALFS developmental systems, including ST/Rs were delivered to the US Government. ALFS is the primary acoustic anti-submarine warfare system of the MH-60R helicopter and has been in production since 2003 and delivered to support the US Navy and numerous other countries via foreign military sales.



The Government requires a solution to address obsolescence issues within the ALFS ST/R in support of the following:




  1. Future production requirements of the ALFS system with the ST/R incorporated and future sparing requirements of the standalone ST/R and its lower level SRAs.

  2. Sustainment of the existing ST/R p/n H420585-2 configuration.

  3. Providing domestic replacements for the ST/R power amplifier modules and power output modules currently restricted by foreign country regulations, such that distribution/control of the ST/R and its content will be solely regulated by US regulations.

  4. Enabling updating older ST/R p/n N102522-3 configuration units to be updated to a common configuration baseline with ST/R p/n H420585-2. The ST/R p/n N102522-3 is a predecessor design that is obsolete and current ST/R p/n H420585-2 was intended to provide a manner to upgrade those units, but only a few were updated prior to new obsolescence issues arising in the newer ST/R p/n H420585-2. As such, completing updates on the remaining quantity of 57 p/n N102522-3 units is an outstanding effort. Proposed solutions shall be backwards compatible with all US Navy ALFS versions.



This effort is to design and/or procure (for any applicable commercial-off-the-shelf (COTS) items), fabricate (non-COTS items), integrate, and qualify/test solutions for the following issues within the current ST/R p/n H420585-2:




  1. Sonar Control Card & Sonar Interface Unit – shared p/n H424099 (parts based on commercial vendor card part number DMV-183), obsolescence issue with commercial card non-availability

  2. Sonar Interface Card – p/n H494151-1 and Buck Converter Assy – p/n N104937-1, obsolescence issues w/ component(s)

  3. Power Amplifier Card – p/n 45465767 and Power Output Card – p/n N101079-1, foreign regulation restricted items w/ excessive lead times – domestic source to reduce complexities of managing foreign content regulations and providing access to lower level design information needed for facilitating intermediate and depot maintenance, while reducing lead times which will improve availability and reduce future contract costs (reduced period of performance)



ELIGIBILITY



The applicable NAICS code for this requirement is 334511 with a Small Business Size Standard of 1,250 employees. The applicable product service code is 5845, Underwater Sound Equipment. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size.



ANTICIPATED PERIOD OF PERFORMANCE



The estimated period of performance is 2.5 years. Assume an earliest contract award date of December 2024.



ANTICIPATED CONTRACT TYPE



A combination of Cost Plus Incentive Fee, or Fixed-price contract types are anticipated.



REQUIRED CAPABILITIES




  1. Design solutions shall comply with the requirements of the ALFS System Segment Specification, document number G787640 Rev 2, dated 20 March 2006 or it’s superseding Government approved revision, whichever is available at potential contract award. This shall include all aspects of the design, qualification and testing of the solutions.

  2. Design solutions shall be backward compatible at the SRA level to ST/R p/n H420585-2’s current configuration, with the goal of allowing individual SRAs from the solution set to be used to repair/sustain existing p/n H420585-2 ST/Rs.

  3. Design solutions shall provide ability to support software growth capability for potential new sonar waveforms, frequencies, pulse lengths, and other software driven modifications.

  4. Software updates, if needed, shall be backward compatible to the ST/R p/n H420585-2 configuration hardware and operating system.

  5. Design solutions shall adhere to the latest US Department of Defense cybersecurity requirements.

  6. Design solutions shall take into consideration current US Navy Intermediate-level repair capability to avoid/reduce any support equipment changes.

  7. Provision of life cycle estimates for new components.

  8. Design solutions shall not contain foreign content requiring end-user certificates or other regulations from countries outside of the US that restrict distribution of the SRAs and the higher-level assembly, the ST/R.

  9. Providing business case analysis demonstrating cost and schedule savings of domestic sourced solutions versus historical foreign sourced predecessor material.

  10. Provide documentation verifying the solutions, when integrated into an ST/R are safe for flight in support of the US Navy flight clearance process.

  11. Providing on-site and remote support to Government conducted testing of the final solutions.

  12. Deliver to the Government Level III Technical Data Packages for the design solutions resultant of this effort.

  13. The Contractor shall assume configuration management of the ALFS ST/R and shall deliver ECP(s) in support of introduction of the design solutions into ALFS ST/R production and as alternate configuration parts to sustain existing p/n H420585 ST/Rs.

  14. The Contractor shall deliver the trade study assessing the options for upgrade p/n N102522-3 ST/Rs to the newest configuration leveraging design solutions from this effort, to include delivery of instructions to perform the upgrade at the US Navy intermediate-level repair sites.

  15. Deliver to the Government two ST/Rs with the SRA design solutions fully integrated in support of Government testing.





SUBMISSION INFORMATION



It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 12 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address at a minimum the following:



1. Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.



2. Company profile to include number of employees, annual revenue history, office location(s), UEI number, and a statement regarding current small/large business status.



3. Prior/current corporate experience performing efforts of similar size and scope to the tasking described under “Required Capabilities” within the last three years, including contract numbers, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to those tasks.



4. Management approach to staffing this effort with qualified personnel.



5. Statement regarding capability to obtain the required industrial security clearances for personnel.



6. Company's ability to begin performance upon contract award.



7. What type of work has your company performed in the past in support of the same or similar requirement?



8. Can or has your company managed a task of this nature? If so, please provide details.



9. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement.



10. What specific technical skills does your company possess which ensures capability to perform the tasks?



11. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in required capabilities.



12. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, UEI number, etc.



13. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone, or Service Disabled Veteran-Owned Small Business Concern.



14. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to lynn.e.fletcher.civ@us.navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Daylight Time, 29 March 2024.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.



No phone calls will be accepted.



All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 14, 2024 10:56 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >