This is not a request for proposal. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.
This Sources Sought/Request for Information is in support of U.S. Special Operations Command, via the Naval Special Warfare Program Office within Naval Sea Systems Command (NAVSEA 06-NSW (PMS340)). The purpose is to identify eligible contractors to manufacture up to five MK11 SEAL Delivery Vehicle (SDV) systems, with potential options for up to four additional MK11 SDV systems. This announcement is issued in accordance with Federal Acquisition Regulation Part 10, and is not to be interpreted as a commitment by the Government that a procurement action will be issued. This notice shall not be construed as a Request for Proposal or as an obligation on part of the Government. No entitlement to payment will arise as a result of the submission of contractor information. Any information submitted by companies to this Sources Sought/Request for Information shall be voluntary.
A potential acquisition, if any, would require the contractor to provide all manpower, materials, and facilities to fabricate, test, and deliver MK11 SDV Systems. The MK11 SDV System consists of the following:
1. MK11 SDV Vehicle
2. Mission Support Equipment
a. Boost Pump/Air Charging Kit
b. Vacuum and Purge System
c. Battery Charger System
d. Battery Eliminator Kit
e. System Support Laptop
f. Mission Support Laptop
g. Propeller Removal Tool
h. Cable Assembly, W150, GPS Crypto Key
i. Cable Assembly, W151, Radio Crypto Key
j. Data Kit, Submarine (SSGN) Nav
k. Cable Assembly, Mission Data Transfer
l. Control Display Unit Assembly
m. Special Equipment: Tow Bridle, Tow Line and Lifting Sling Assemblies
Any effort would be performed in accordance with the following:
• System hardware to be manufactured in accordance with the drawings, specifications, and other supporting technical data provided by the Government.
• Due to the Safety Certification Standards for the MK11 SDV Systems, any interested companies' quality standards must comply with the Deep Submergence Systems Scope of Certification (DSS-SOC) Program contained in NAVSEA SS800-AG-MAN-010/P-9290. (Interested companies must be on NAVSEA NOTE5000 for DSS-SOC or be capable of and willing to achieve provisional NOTE5000 certification prior to commencing manufacturing. This qualification process is described in NAVSEAINST 4855.34C, Procedures for Qualifying and Authorizing Activities to Perform SUBSAFE, Fly-By-Wire Ship Control Systems, and Deep Submergence Systems-Scope Of Certification Work).
• Hardware shall be tested in accordance with component/subsystem testing listed on the drawing as well as system testing in accordance with approved test procedures, to include factory acceptance testing.
• Latest software version of the Shallow Water Combat Submersible (SWCS) Source
Code will be provided by the Government and shall be installed by the manufacturer.
Period of Performance. The anticipated maximum period of performance would be seven years from the date of award. If an acquisition is approved, the Government intends to award for production of the first two Systems, plus initial spares for each, in FY19. The next three Systems, plus initial spares for each, would be awarded through the exercise of options in FY20. (Given DOD budget uncertainties, the period of performance, order quantities and the timing of award dates may change).
Interested companies should submit their proposed timeline for production to accomplish the build of the first two Systems and then the three follow-on Systems. Delivery of first two Systems would be expected 24 months from award date. If that delivery schedule is not feasible, interested companies should provide expected allowance of additional time needed for the purpose of putting personnel, manufacturing equipment/services, and parts vendors in place to accomplish the build of the first two Systems and then the three follow-on Systems.
Reference Material. To help any interested companies understand the complexity of the System, the following reference material can be provided upon request:
1. Frame Weldment and selected bulkhead drawings
2. Portions of the MK11 SolidWorks model for parts that are manufactured on reduced-dimension drawings
3. A sample Installation drawing
4. Fabrication details for implodable canisters, to include roughing out, heat treating and finishing instructions
5. Typical assembly drawing for a canister.
6. Circuit board fabrication drawings
7. Typical cable fabrication and Scope of Certification Air hose drawings
8. Typical layup for a Control surface / composite panels.
9. Typical Buoyancy foam pod
10. Closed Ballast Tank (CBT) drawing (based on its particularly tight manufacturing tolerance requirements)
11. Breathing air system sensor drawing (provided to show a representative Scope of Certification item manufactured by a third party, which would require the builder to purchase the right part, receipt inspect it and install it)
12. Ground Fault Monitoring schematics
13. Battery Charger drawings (provided to show a packaged electronics box, allowing a builder to understand how to assemble the unit into something an operator can use)
14. Portion of the Software Version Description (to ensure a third party has the right skills to manage and install the Government furnished software on a newly built System)
15. Representative Factory Acceptance Test Procedures
16. SWCS Certification Program Plan
Responses. It is requested that interested companies respond with a brief capabilities package (no more than 10 pages in length, single spaced, 12 point font minimum) describing the overall intended approach along with description of relevant manufacturing capabilities, quality management processes, facility and personnel clearances (or the ability to obtain them) and previous experience with systems of equal or greater complexity.
Responses need to include expected steps to be taken, estimated ramp up costs, and duration of this effort, which should address:
• Converting the MK11 SDV System Technical Data Package (TDP) into manufacturing orders and procurement orders
• Setting up manufacturing line
• Developing programming for Computerized Numerical Control (CNC) Machines and Coordinate Measuring Machines (CMM)
• Identification and/or establishment of test facilities
• Identification and/or production of test equipment
• Identification and/or establishment of dive support needed for in-water testing, to include ability to augment/support Government acceptance testing
• Identification and usage arrangements for in-water test sites
• Procurement or manufacture of special tooling
• Procurement or manufacture of molds used for composite layup and/or other plastic molding.
• Ability to assemble/maintain cleanliness of Diver Life Support Systems (DLSS)
• Any added security arrangements to be taken or infrastructure in place to ensure protection of technical data from cybersecurity threats
• Training of personnel with any special manufacturing, testing or other skills
• Enhancements needed to Quality Assurance program to meet certification demands
• Identification and vetting of suitable subcontractors and vendors. Steps required to qualify vendors in cases where parts have material control requirements
• Identification and/or establishment of suitable receipt/stowage facilities for parts to meet material control requirements
Responses should specify labor categories that will be involved, describe facilities to be employed and estimated schedules as discussed in the Period of Performance paragraph.
Large and Small Businesses are encouraged to answer this Sources Sought/Request for Information to determine the existing industry capabilities. Small Businesses, in particular, should indicate whether they would propose as a Prime or Subcontractor in case an acquisition is approved and pursued by the Government. If Subcontractor, responses should specify the portion of work to be performed.
Inquiries and any requests for reference materials should be directed to Mr. Douglas Lowe, via email at douglas.lowe@navy.mil and Ms. Traci Chiaro at traci.chiaro@socom.mil. Each inquiry must be in writing, via-email and include the company's Commercial and Government Entity Code (CAGE), Dun & Bradstreet Number (DUNS), and point of contact information. Please note that, to be eligible to receive the reference materials, companies must be registered in the System for Award Management under NAICS 336611 - Ship Building and Repairing and 541330 - Engineering Services. In addition, companies must have received certification from the Joint Certification Program (JCP) administered by the Defense Logistic Information Service via DD Form 2345. This certification establishes that a company is eligible to receive documents labeled with Distribution Statement D. Both the SAM registration and JCP certification will be verified prior to providing any documentation.
Your response to this Sources Sought Notice/Request for Information will be treated as information only, be part of market research and not be shared outside the Government. Be advised that all submissions become Government property and will not be returned. Responses are required no later than 14 March 2017 and shall be submitted via email only, no later than 1500 EDT, to Mr. Douglas Lowe, via email at douglas.lowe@navy.mil and Ms. Traci Chiaro at traci.chiaro@socom.mil.