Hammerhead Synopsis with TOU Agreement and Industry Day Annoucement
PRESOLICITATION NOTICE / SYNOPSIS Subject: Hammerhead Program Synopsis Date: February 27, 2020 Contracting Office: NAVSEA HQ Address: Naval Sea Systems Command, 1333 Isaac Hull Ave. SE, Washington Nav... PRESOLICITATION NOTICE / SYNOPSIS Subject: Hammerhead Program Synopsis Date: February 27, 2020 Contracting Office: NAVSEA HQ Address: Naval Sea Systems Command, 1333 Isaac Hull Ave. SE, Washington Navy Yard, DC 20376 NAICS Code: 332993 – Ammunition (except Small Arms) Manufacturing Classification Code: 26 Solicitation Number: N00024-20-R-6405 Archive Date: Automatic Contact Points: Roy Williams roy.williams@navy.mil Zachary Cooper zachary.h.cooper@navy.mil SYNOPSIS The Naval Sea Systems Command (NAVSEA) intends to issue a solicitation, N00024-20-R-6405, for the award of the design, development, and production of the Hammerhead. The Hammerhead will be a moored-torpedo variant mine system for intermediate to deep depths that has the capability to detect, classify, and defeat Anti-Submarine Warfare (ASW) targets. The effector is a MK 54 lightweight torpedo which is released to acquire and engage ASW targets. The conceptual physical configuration consists of a capsule module (to include the effector), a mooring module, an energy module, a sensor module, a command, control, signal processing and decision module, and a communications module; as well as associated support facilities and equipment and shipping containers. The system is conceptually designed to be organic and modular; minimum modular components include the capsule module, energy module, mooring module, and the effector. The effector is a non-developmental item that the Hammerhead program will integrate with rest of the mine system to provide the required capability. Hammerhead will be deployed by an unmanned underwater vehicle to provide overt or clandestine standoff delivery of multiple mines. Due to the nature of this requirement, the prospective offeror will need to demonstrate the required level of technical expertise, as well as the ability to fulfill the requirements described in this notice. The solicitation release will be issued announced via Beta.Sam at https://beta.sam.gov and interested parties must comply with that announcement. Beta.Sam is the single point of entry for posting of the synopsis and solicitations to the internet. Interested offerors should monitor the Beta.Sam page for the release of the solicitation, and any applicable amendments. Offerors must be registered in the System for Award Management (SAM) in order to participate in this procurement at https://www.sam.gov/portal/public/SAM/. A final Request for Proposal (RFP) is anticipated to be released in fiscal year 2020. SOLICITATION DOCUMENT ACCESS The Hammerhead solicitation documents and communications with industry (including Industry Day) will contain controlled information. Offeror are required to have Defense Security Service (DSS) issued SECRET facility clearance, SECRET personnel clearances and SECRET safeguarding capability to gain access to this controlled information. Companies must fill out and return the Terms of Use (TOU) agreement (Attachment A) via electronic mail to: TO: Mr. Roy Williams - roy.williams@navy.mil CC: Mr. Zachary Cooper – zachary.h.cooper@navy.mil SUBJECT LINE: Your Company Name - Hammerhead Upon receipt and approval of the TOU agreement by the Contracting Officer, the classified or restricted disclosure attachments will be made available in a secure manner to the offeror so long as the offeror has met the security requirements. INDUSTRY DAY Program Executive Office Unmanned and Small Combatants (PEO USC) (Mine Warfare Program Office (PMS 495)) plan to host an Industry Day to discuss the NAVSEA requirements for the development of the Hammerhead. The purpose of this Industry Day is for the Government to brief interested Contractors in order to improve Industry's understanding of the Hammerhead prototyping requirement and anticipated contracting approach. The Industry Day is planned to be held in the Washington, DC Metropolitan area on 23 March 2020. This synopsis includes the Hammerhead Industry Day Registration Form (Attachment B) to register for Industry Day. Along with the Industry Day Registration Form, all Industry Attendees must have had their TOU agreement approved by NAVSEA. An exact address, draft Statement of Work (SOW), and draft Performance Specification (PSpec) will be provided via separate correspondence to pre-registered and TOU approved companies only. Pre-registration is required to attend Industry Day. Walk-ups are not allowed. At Industry Day, the Government will host breakout Industry Engagement Sessions with Industry Representatives. To attend Industry Day and request a one on one session, please follow the instructions in the Hammerhead Industry Day Registration Form (Attachment B) attachment. Response Deadline and Submissions: Responses are requested no later than 13 March 2020 at 5:00 PM EST. Responses shall be submitted via e-mail only to roy.williams@navy.mil, with a CC to zachary.h.cooper@navy.mil. Please reference “Your Company Name - Hammerhead” in the subject line. DISCLAIMER This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Hammerhead Program Sources Sought/Request for Information
Agency/Office: Department of the Navy/Naval Sea Systems Command Contracting Office Location: NAVSEA HQ Type: Sources Sought Solicitation Number: N00024-20-R-6405 Title: Hammerhead Program Sources Soug... Agency/Office: Department of the Navy/Naval Sea Systems Command Contracting Office Location: NAVSEA HQ Type: Sources Sought Solicitation Number: N00024-20-R-6405 Title: Hammerhead Program Sources Sought/Request for Information Notice Type: Sources Sought Classification Code: 26.0 NAICS Code: 332993 – Ammunition (except Small Arms) Manufacturing Is this a Recovery and Reinvestment Act Action?: No Response Date: 12/23/2019 Point of Contact: Roy Williams: roy.williams@navy.mil Zachary Cooper: zachary.h.cooper@navy.mil This notice is for market research purposes only and does NOT constitute a request for proposal. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This Sources Sought/Request for Information (RFI) notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Unmanned and Small Combatants (PEO USC), Mine Warfare Program Office (PMS 495). The Navy is conducting market research in accordance with FAR Part 10 to determine whether two or more small business sources possess the requisite capabilities to successfully perform the requirement to design, manufacture, assemble, test and deliver the Hammerhead. In addition, the announcement requests industry comments on how the Government can satisfy its needs, alternative approaches, technology availability and risk, the identification of cost drivers, and suggestions on ways to enhance or sustain competition. This RFI is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, request for proposal, or an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only and part of market research and will not be shared outside of the Government. When/if the Government issues a Request for Proposal (RFP), interested contractors will be expected to thoroughly address the RFP requirements regardless of the circumstances surrounding this RFI. The objective of this source sought/RFI is to help the Government determine the technical capability and qualifications of companies in meeting the Government’s needs for the Hammerhead program. Hammerhead is a moored-torpedo variant mine system for intermediate to deep depths that has the capability to detect, classify, and defeat Anti-Submarine Warfare (ASW) targets. The effector is a MK 54 lightweight torpedo which is released to acquire and engage ASW targets. The conceptual physical configuration consists of a capsule module (to include the effector), a mooring module, an energy module, a sensor module, a command, control, signal processing and decision module, and a communications module; as well as associated support facilities and equipment and shipping containers. The system is conceptually designed to be organic and modular; minimum modular components include the capsule module, energy module, mooring module, and the effector. The effector is a non-developmental item that the Hammerhead program will integrate with rest of the mine system to provide the required capability. Hammerhead will be deployed by an unmanned underwater vehicle to provide overt or clandestine standoff delivery of multiple mines. Due to the nature of this requirement, the prospective offeror will need to demonstrate the required level of technical expertise, as well as the ability to fulfill the requirements described in this notice. Interested parties are requested to respond with a white paper company profile to include the following: 1. A presentation of your organization's relevant knowledge, skills, and abilities particularly in regards to low power acoustic sensors and weapon integration. 2. An understanding of the major scientific challenges and tradeoffs to achieving the desired capability. 3. Potential solutions to achieve the capability including current Technology Readiness Levels. 4. Provide a detailed discussion of risks to achieving the mission in all relevant environments. 5. Describe the recommended autonomous functions and the rationale. 6. Describe any modular components. 7. Past performance on projects of a similar technology, domain, and/or scope. Responses: Interested firms who believe they are capable of providing the above mentioned services and that meet SECRET clearance requirements are invited to indicate their interest by providing: -Company name -Company address -Overnight delivery address (if different from mailing address), -Cage code, -Point of Contact, to include E-mail address, Telephone number, Fax number, -Facility clearance; -Business Size Status (i.e. Large, SB, VOSB, SDVOSB, WOSB, etc.) -Number of Employees Interested parties are requested to respond to requested information in this RFI with a white paper in Microsoft Word for Office 2010-compatible format. Please limit responses to 25 pages or less (including cover and administrative pages); 1-inch margins; and 12 point font (or larger). Response Deadline and Submissions: Responses are requested no later than 23 December 2019 at 5:00 PM EST. Responses shall be submitted via e-mail only to roy.williams@navy.mil, with a CC to zachary.h.cooper@navy.mil. Proprietary information, if any, must be clearly marked. The subject line of the email should read "Hammerhead Program Request for Information". To aid the Government in its review and evaluation, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. It should be noted that telephone replies will not be accepted. DISCLAIMER AND IMPORTANT NOTES: This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the market survey submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »