This sources-sought synopsis is issued in anticipation of a futureprocurement program. Naval Sea Systems Command is conducting market research todetermine contractor interest and capability to produce a new product called theCountermeasure, Anti-Torpedo (CAT). The CAT consists of the Anti-TorpedoTorpedo (ATT) and its associated All Up Round Equipment (AURE). ATT is being developed by Applied Research Laboratory, Penn State University(ARL PSU) and Naval Surface Warfare Command, Indian Head Division (NSWC IHD).The AURE is being developed by Naval Undersea Warfare Center, Newport Divisionand SPAWAR Systems Center, San Diego. The development includes generation oftechnical data that will allow potential production contractors to bid a "buildto print" design or be offered as GFI to a production contract with anassociated performance specification. The ATT is divided into five Major Modules: Nose: The Nose includes an acoustic array and array processing; Warhead: TheWarhead includes safe and arm electronics; Guidance and Control: Guidance andControl includes electronics and the thermal battery; Power Plant: The Power Plant includes a lithium based Stored Chemical EnergyPropulsion System (SCEPS) Engine, reduction gear, a number of Electro-ExplosiveDevices for Engine start up and propulsion electronics; Tail Section: The TailSection contains control surfaces, Propulsor and electronics for interface tothe ship's weapon system. There are two propulsion systems and two warhead variants planned. The primaryvariants will be for the production system as described above, and a smallerquantity of exercise variants of each will be produced. The propulsion system for the exercise variant will be replaced with anelectric/battery motor, and the warhead will be replaced with an electronicspackage. The objective of this new development is to field a hard killcountermeasure for surface ship torpedo defense. The future procurement mayresult in the award of a single prime contract at the CAT level or multiplecontracts at the major module levels described above. If multiple contracts areawarded at the major module level, government acceptance testing would berequired at the module level. Final integration with the other modules would beperformed at the contractor's facility, a government owned facility that iscontractor operated (GOCO) or a government owned and operated facility (GOGO). The tactical warhead production is planned to be at NSWC IHD and will besupplied to the integrator as Government Furnished Equipment (GFE). Part of the'build to print' technical design work for the ATT is to provide built-in-testand test equipment for both the major module level and CAT level to allow selloff at either level, as well as final test at the CAT level. It also allows forlife cycle support of the weapon. The Government Furnished Information (GFI)for the test equipment will be included in the Technical Data Package for eithera single contractor or multiple contractors at the major module level. The ATT software is being developed and will be maintained by ARL PSU. Configuration management of the "build to print" modules/system will bejointly maintained by the contractor(s) and government (via ARL PSU).Engineering Development Models and Prototypes will not be part of the productioncontractor(s) responsibility. The development of the EDM will includeengineering changes during development to reflect correction of issues foundduring environmental testing, insensitive munitions testing and the in watertest program. The last EDM built by ARL PSU is planned to be identical to thetechnical data package issued for LRIP. The scope of this potential program currently is approximately 110 ATT LRIPunits and 1500 Production units. The second phase of this program is in theplanning stages which may double the number of production units. The government is also looking at other applications for the ATT which mayexpand its market further. No FMS sales are anticipated at this time. Interested firms are encouraged to submit a capability summary that does notexceed five (5) pages in length describing Production capability and theirexperience with similar items. The capability summary should explicitly stateif they are interested in the single prime production contractor role or themajor module level prime production role. Contractors interested in becoming a single prime contractor for the CAT shoulddiscuss their strategies for teaming with subcontractors and successes that havebeen achieved in this area for similar contract actions. Contractors interested in single major module production or multiple majormodule production should explicitly state which areas they are interested inmanufacturing and focus their discussion on their capability to build thesemodules. The discussion should include recent relevant business experience andtheir planned approach to meet the requirements stated above. Specifically,firms should discuss their past success with "Build to Print" contracts andrelevant experience where higher level integration is required after delivery oftheir assemblies. If the contractor has experience with similar systems thatwere not "build to print", inclusion of this information in the report is alsodesired. Responses should include: (a) The name and address of the contractor and where the CAT would be built; (b) Point of contact including name, title, phone, and email addresses; (c) A description of similar or like complexity devices currently offered by thecontractor that meet, or with minor modifications might meet, some or all thelisted requirements. Where to submit: Email responses or inquiries should be sent to Rana Movahed,
[email protected]. To help ensure proper receipt, please place the word"CAT"in the subject field of your e-mail correspondence. Information may also be sentto the following address: Commander, Naval Sea Systems Command, Attention RanaMovahed Code 02622M 1333 Isaac Hull Avenue SE Stop 2050, Washington Navy Yard,DC 20376-2050. No telephone inquiries will be accepted and requests for solicitation packageswill not be honored, as a solicitation is not prepared at this time. When to Submit: Responses are requested by 25 November 2009. Notice Regarding Solicitation: Please note that this synopsis is for informationpurposes and to identify potential sources only. This notice does not constitutean Invitation for Bid or Request for Proposal and is not to be construed as acommitment by the Government. Notice Regarding Proprietary Information: All submitted materials will bedesignated for Government Use Only. Other: No reimbursement will be made for anycosts associated with providing information in response to this announcement andany follow up information requests.
Bid Protests Not Available