The RFP Database
New business relationships start here

Acoustic Device Countermeasure (ADC ) MK5 for Next Generation Countermeasure (NGCM) Program


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

The Naval Sea Systems Command (NAVSEA) has a requirement to procure Acoustic Device Countermeasure (ADC) MK5 devices as detailed in the enclosed solicitation N00024-16-R-6247.  NAVSEA hereby issues a full and open competitive solicitation for the procurement for the development, design, fabrication, integration, and testing of Acoustic Device Countermeasure (ADC) Special Test Units, Engineering Development Models, associated products and engineering services for the Next Generation Countermeasure (NGCM) Program.  


Proposals will be due on April 25, 2017.


 The point of contact is Brad Watson, Code: SEA-02622, Naval Sea Systems Command; 1333 Isaac Hull Avenue, SE, Stop 2050, Washington, DC, 20636-2050   email:  john.b.watson1@navy.mil . Phone 202-781-5070.


 Acoustic Device Countermeasure (ADC) MK 5 is the official nomenclature for the NGCM device.  The objective of the NGCM program is to insert new countermeasure technologies into the submarine's defense against threat acoustic-homing torpedoes.   The NGCM is intended to replace the ADC MK 3 device.  The ADC MK 5 is a three-inch diameter expendable device that is submarine launched from internal signal ejectors and Countermeasure Set, Acoustic (CSA) external launchers.  The ADC MK 5 is an acoustic torpedo countermeasure with advanced features which can be employed as a static or mobile device and uses Adaptive Countermeasure (ACM) technology.


 The performance specification and other related controlled files will be mailed only to those companies with a validated security clearance and a need to know. Respondents to this synopsis should submit a written request to the PCO Representative, Brad Watson at john.b.watson1 @navy.mil.  A written request may be submitted to obtain security verification and approval. ALL PARTIES INTERESTED IN RECEIVING THE RFP CONTROLLED FILES MUST SUBMIT A WRITTEN REQUEST.  The written request must include the following:

 


Company Name
Cage Code
Company Address
Technical Point of Contact
E-mail Address
Website address
Telephone Number
Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.)
Facility Security Officer (FSO)
FSO phone number
Classified mailing address
Classified fax number
Terms of Use Acceptance Form

 

Once the "need-to-know and security clearance" is verified and approved, the company/individual will be authorized to receive the files.  Respondents are requested to review the documents provided with the RFP and submit any questions you may have via e-mail to john.b.watson1@navy.mil. ; The Government will receive WRITTEN UNCLASSIFIED QUESTIONS ONLY via email. See solicitation regarding classified questions.

 The Government will consider all comments received on the RFP.  The Government does not commit to providing a response to any comment or question.  All such questions should be received in writing within fifteen (15) days after release of the RFP to allow the Navy adequate time to prepare and issue responses to all Offerors prior to the date and time set for receipt of proposals.  Any subsequent revisions to the solicitation based on comments received remains solely at the Government's discretion. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified in this synopsis.  Please note that all unclassified questions and answers will be posted on www.fbo.gov.

 Navy policy does not support the release of the performance specification and other related controlled files to non-U.S. contractors.  Only U.S. companies may propose as prime contractors.  If a non-U.S. company decides to team with a U.S. prime contractor then the U.S. prime contractor must comply with the Department of State 22CFR Parts 120-130 and submit a request for an export license.


 DFARS 252.204-7004 ALT A, required Central Contractor Registration applies. Lack of current registration in the CCR database will make an offeror ineligible for award. Information may be obtained via the internet at www.ccr.gov or via telephone at 888-227-2423.

This notice shall not be construed as a promise to contract or commitment of any kind. Participation in this effort is strictly voluntary.  This information is subject to modification and in no way binds the Government to award of a contract.


John B. Watson, Contract Specialist, Phone 2027815070, Email john.b.watson1@navy.mil - Debra Mackall, Procurement Contracting Officer, Phone 2027812921, Email debra.mackall@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP