The RFP Database
New business relationships start here

Medium Unmanned Surface Vehicle (MUSV) Sources Sought/Request for Information


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

NOTE: This Sources Sought/Request for Information is also posted under NAICS Codes (334511 and 541330) in order to reach all interested parties. Only one response is necessary for this announcement. 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), Program Executive Office (PEO) Unmanned and Small Combatants (USC), Unmanned Maritime Systems Program Office (PMS 406). The Navy is conducting market research in accordance with FAR Part 10 to determine if sources exist that are capable of satisfying the Navy's anticipated program requirement for independently deploying Medium Unmanned Surface Vehicles (MUSVs). MUSVs are defined as vessels between 12 and 50 meters in length. NAVSEA is taking an accelerated approach with industry to leverage existing, manned or unmanned surface ship designs that can be designed and/or modified to rapidly deliver an unmanned surface ship capability.
In accordance with 10 U.S.C. Section 7309, no major component of the hull or superstructure of the MUSV may be constructed in a foreign shipyard.

To support Navy mission requirements, key attributes of Medium USVs include extended vessel range and cruising speed, and high reliability. The delivered solution should be cyber compliant per current instructions. Specific attributes of the desired Medium USV include:


• Endurance of 4,500 nm or more at 16 knots transit speed or higher; calculation should include maintaining a 10% fuel reserve


• Sustained speed of 24 knots (Threshold) or more (27+ knots Objective) in calm water


• Capable of using Naval Distillate Fuel NATO F-76 (Threshold; Objective is ability to use either F-76 or NATO F-44, also known as JP-5)


• Capable of remaining sufficiently stable to operate payloads in Sea State 4 (per NATO STANAG 4194) or higher


• Capable of surviving in Sea State 5 (per NATO STANAG 4194) or higher


• Capable of operating for 60 days (Threshold) or more (90 days Objective) without any manned maintenance, e.g. to shift lubricating oil or fuel oil strainers


o Topside space and sufficiently reinforced deck to support one standard 40 ft shipping container and one standard 20 ft shipping container, laden to normal maximum weight. These can be adjacent to each other or separate from each other. Threshold is 180 degree field of view from each container, while Objective is 270 degree field of view.


• The Government will furnish communications equipment; the following footprint, power, topside weight allowance, and cooling accommodations shall be reserved:
o Not less than five (5) Electronics Industries Alliance (EIA) standard 19" equipment racks.
o Not less than 30KW each of single and 3-phase 60 Hz power.
o Not less than 60K British Thermal Units (BTU))/hr of cooling capacity.
o Secure area meeting security requirements for storage and operation of communications security (COMSEC) equipment.
o USV topside design shall accommodate mounting antennas and radomes for all communications equipment to include sufficient power to support radome heating elements, antenna pointing motors, etc., as required.
o Ultra High Frequency (UHF) Integrated Broadcast Service (IBS) antenna location shall require approximately 2ft x 2ft x 3ft (LxWxH) with an unobstructed view from the horizon (0 degrees) to vertical (+90 degrees) in elevation for 360 degrees in azimuth. Total weight is approximately 20 lbs. and may be assumed to have center of gravity at the center of volume.
o Topside Extremely High Frequency (EHF) antenna location shall require approximately 8ft x 8ft x 8ft (LxWxH) with an unobstructed view from the horizon (0 degrees) to vertical azimuth (+90 degrees) in elevation for at least 270 degrees in azimuth. Ideally, the unobstructed view would include to -27 degrees below the horizon to account for the antenna motion compensation when the ship is rolling. Total weight for a single antenna system is approximately 1,500 lbs. and may be assumed to have center of gravity at the center of volume. If a single antenna cannot be located such that it has unobstructed view as stated, then space must be reserved such that multiple antennas (e.g., two antennas) can maintain, when combined in operation, unobstructed view from the horizon (0 degrees) to vertical (+90 degrees) in elevation for at least 270 degrees in azimuth.
o UHF Demand Assigned Multiple Access (DAMA) antenna location shall require approximately 5ft x 5ft x 6ft with an unobstructed view of the horizon for 360 degrees in azimuth. Total weight is 300 lbs and may be assumed to have center of gravity at the center of volume.
o UHF Link-16 antenna location shall require approximately 0.5ft x 0.5ft x 1.5ft (LxWxH) with an unobstructed view from the horizon (0 degrees) to vertical (+90 degrees) in elevation for 360 degrees in azimuth. Total weight is approximately 5 lbs. and may be assumed to have center of gravity at the center of volume.
o INMARSAT antenna location shall require approximately 2ft x 2ft x 2ft (LxWxH) with an unobstructed view from the horizon (0 degrees) to vertical (+90 degrees) in elevation for 360 degrees in azimuth. Total weight is approximately 43 lbs. and may be assumed to have center of gravity at the center of volume. The INMARSAT radio may be used as a redundant beyond line-of-sight (BLOS) Satellite Communications (SATCOM) communications link.
o Topside design shall account for radiation patterns for communications systems antennas, and locate mounts in a manner providing the greatest possible isolation from other communications systems antennas as well as other radiating elements such as navigation radars.


• Navy intends to use a common control system for MUSV based on UCS Maritime Domain Extension


• MUSV has no requirement for a Flight Deck, a VERTREP spot, or its own davit /small boat. The vessel must have some method to assist Sailors embarking/debarking, through Sea State 3 per NATO STANAG 4194; request identify how this would be accomplished, e.g. via a retractable Jacob's Ladder.


• The vessel should be built and classed according to relevant classification rules, and should be capable of unrestricted open ocean going service. Exceptions for unmanned operation shall be permitted.


• MUSV's expected service life is 10 years (Threshold; 15 years Objective) with heavy usage.


• 300 kW (Threshold) to 500 kW (Objective) total power generation capability


• Designed and operated in such a way that failure of any single component of the propulsion drive train will not reduce vessel maximum speed below 16 knots (Threshold; 20 knots Objective.) Likewise failure of any single component of the electrical generation and distribution system should not reduce electrical generation and distribution capacity below 200 kW.


• Short-term berthing for necessary Sailors to Surge personnel standards (e.g. Part II, Figure 4-4) in NAVSEA Technical Publication T9640-AC-DSP-010/HAB Revision 1 dated 21 December 2016
o Threshold is four Sailors and Objective is zero Sailors
o Notional tasks for crew during short-duration stays on the vessel include piloting in/out of harbor, fueling at sea, and conducting emergency repairs topside and/or in engineering spaces
o Short-duration crew will be unarmed and the vessel will not require a dedicated rescue vessel to recover a person from the water. Two redundant life rafts shall be included.


• Capable of piloting into and out of port with a tug and a crew of 4 or fewer (Threshold; Objective: remote piloting without a tug)


• Capable of Fueling At Sea (FAS) with a crew of 4 (Threshold; Objective 0) or fewer in environmental conditions through Sea State 3 (per NATO STANAG 4194); astern refueling is an acceptable approach. Provide details on the proposed solution.


• Navigation autonomy
o Threshold: Capable of autonomous safe pilotage to include path planning, static obstacle avoidance and mission behaviors. Pilotage shall require the ability to navigate around charted obstacles to include buoys and waters shallower than the vessel's depth
o Objective: Threshold, plus capable of autonomously sensing its environment and maneuvering with respect to other moving vessels consistent with the International Regulations for Prevention of Collisions at Sea (COLREGS)
o Autonomy system shall be IA compliant.
o Control weather routing, path planning and motion response so as to maintain/optimize operational windows for specific missions.


• Autonomy implementation plans, specifically industry's potential solutions to include leveraging existing industry systems or the option for GFE autonomy


• An autonomy architecture that is compliant with the Unmanned Maritime Autonomy Architecture (UMAA). (The UMAA was made available at FedBizOpps Posting Number N00024-18-6320 .) This allows for modularity of different autonomy components to include sensors, software components (i.e. navigation, obstacle avoidance, machinery control, health monitoring, mission behaviors) and payloads. This architecture will be capable of being monitored and controlled remotely by an off-board Control system. The USV shall be capable of being monitored and controlled by 1 person.


• The vessel has no self-defense requirements. Cameras should provide complete coverage so remote oversight personnel are aware of any boarding attempt.


• Resistant to boarding from unauthorized personnel while easy to access by appropriately trained and equipped U.S. forces


• Resistant to physical tampering from unauthorized personnel


• The system shall meet the requirements identified in CNSSP28, 6 July 2018 to ensure the system shall minimize and harden attack surfaces and partition and ensure critical functions at mission completion performance levels


• The system shall monitor cyber activity and detect anomalies.


• The system shall manage performance if degraded by cyber events.


• The system shall have recovery capability due to cyber events.


• Able to be delivered, appropriately modified and/or made available in 18 months (Threshold; 12 months Objective) from contract award
The MUSV may be temporarily manned for periods of up to 24 continuous hours. The Threshold number of personnel during temporary manning is four, with an Objective of zero. Respondents are asked to state how many personnel their approaches would take, and which task drives that number.
The objective of this RFI is to assess industry's ability to provide a materiel solution within an accelerated timeframe at an affordable cost. The Navy is seeking information to help determine the interest, technical and manufacturing capabilities, technical quality of solutions, knowledge, experience level, and qualifications of industry to meet the Government's needs to develop and build a MUSV. Additionally, the Navy is interested in technical, administrative, and business risks in pursuit of the desired solution. The Navy has not yet determined the acquisition approach to MUSV. NAVSEA issues this RFI to obtain industry input to support the Navy's Unmanned Maritime Systems Program Office (PMS 406) within Program Executive Office Unmanned and Small Combatants. Respondents should identify their materiel solutions, as well as the cost drivers and timeframe, for providing those solutions. Solutions that only cover a portion of the desired end product are welcome. It is expected that some unmanned surface vehicle solutions will require modifications to support Navy payloads to be specified at a later date. Navy is seeking the following in response to this RFI:


1. What already designed and/or fielded vessels are available as a basis for design of a MUSV?


2. What technically mature systems/subsystems are available to meet the needs of MUSV? What is the manufacturing capacity and timeline to build a new vessel if applicable? What is the availability of existing vessels that can be repurposed for this mission if applicable? What is the manufacturing capacity and timeline to modify an existing vessel to become compliant with desired requirements if applicable?


3. What is the time frame for each of the following:
a. Design of MUSV to incorporate a defined payload (with given Size, Weight, Power and Cooling requirements), fabrication of MUSV, contractor test of MUSV, and integration of future payloads after MUSV design is complete. Include suggested methodologies enabling:
1) program streamlining and acceleration
2) manufacturing strategies, technologies and approaches for increased production and
3) methodologies supporting warranty, vessel upgrade/modification, and maintenance support to the vessel after delivery.
b. Conversion of existing vessels, if available, into a MUSV to incorporate a defined payload (with given Size, Weight, Power and Cooling requirements), contractor test of MUSV, and integration of future payloads after MUSV design is complete. Include suggested methodologies enabling:
1) program streamlining and acceleration
2) manufacturing strategies, technologies and approaches for increased production and
3) methodologies supporting warranty, vessel upgrade/modification, and maintenance support to the vessel after delivery.


4. If your solution delivers a vessel designed for manned operation, describe how the craft systems lend themselves to automation and/or remote monitoring and operation (i.e. fly by wire, existing monitoring systems, etc.) If your solution is an autonomy system for a vessel designed for manned operation, or if your solution is an autonomous vessel, describe the autonomy architecture and capabilities. For both solutions, describe sensory spectrums and associated data streams required to functionally operate the vessel. Respond for autonomous operation ranging from Human delegated, to Human supervised and finally to Fully Autonomous, with focus to progressing towards the highest level of


5. Using Cost As an Independent Variable (CAIV), provide matrices (or equivalent) that compare the potential system and subsystems in your approach, technical maturity, performance and schedule trade-offs and risks associated with each system/subsystem.


6. What are the primary complexity and cost drivers associated with MUSV as they relate to your approach? Estimate Total rough order of magnitude (ROM) estimate using FY19 dollars for the build of one MUSV. Please provide your basis for cost as follows: Recurring and Non-recurring Costs (including design), and first unit cost. If providing recommended sparing, logistics, and sustainment costs, break these out as separate items.


7. Describe your expected labor learning curve in serial production of MUSV. In particular, express the fifth unit's cost as a fraction of the first unit's cost, or provide a formula expressing the nth unit's cost as a function of first vessel cost and "n", the number of the vessel.


8. In production, what would be the optimal interval between vessel deliveries for your organization? How much cost efficiency could be provided to the Government on such a schedule compared to deliveries spaced 12 months


apart?
9. Specify trade space issues/concerns for technical capability, cost, and schedule.


10. Specify what, if any, damage control systems are available (e.g., dewatering for flooding, inert gas flooding system for firefighting, etc.)


11. Describe a logistics support strategy which could include contractor support for the initial craft in theatre for up to two years.


12. The Navy is considering CLIN type FPI or FPP for this effort. Provide information on whether you would bid on this effort if either CLIN type is chosen.


In addressing the questions above, interested parties should include the following information:


• Vessel Description
o general vessel description and history if applicable
o classification society (e.g. ABS, NVR, DNV GL) if applicable
o vessel beam (meters) overall and at design waterline
o vessel length (meters) overall and at design waterline
o vessel draft (meters) specifying waterline
o vessel depth (meters)
o vessel displacement - lightship (metric tons)
o vessel displacement - fully loaded (metric tons)
o non-dimensional hullform coefficients at design waterline
o power generation capacity (kilowatts)
o cooling generation capacity (BTU)
o hull description (hull form, material, curves of form, table of offsets, hull lines, appendage drawings, structural scantling drawings, midship section, and structural details with supporting calculations)
o ship weight report, 3 digit level, if applicable
o detailed Master Equipment List
o mass centers, distribution, and gyradii
o vessel intact and damage stability assessment
o trim and stability booklet of applicable related design if applicable
o sounding tables
o propulsion approach, configuration and schematic
o steering and maneuvering system and motion compensation system
o auxiliary system schematic diagrams
o vessel drawings, models and/or renderings, in pdf and native data format if available to include:
- Detailed general arrangements
- Deck Plans
- Inboard/outboard profiles
- Topside Arrangements
- Compartment and access drawings
- 3D hullform model
o software architecture approach, including autonomy architecture if any (to include description of open architecture capability)
o networks data transfer speed (gbps)
o data rights availability for major subsystems and software (unlimited, government purpose rights, limited only)
o machinery control architecture and integration with autonomy


• Vessel Performance
o speed power curve, for speeds from minimum steerage through full power, calm water at full load displacement, with appropriate speed increments in knots, including assumptions, propulsor, hull, and machinery efficiencies
o specific fuel consumption curves, manufacturer provided
o vessel fuel consumption at top speed, transit speed, and at 5 knots or clutch-in speed, in calm water (kilograms per hour)
o vessel fuel oil capacity (metric tons)
o fueling at sea capability and concept of operations, specifically describing rate/time of refueling
o reliability (measured or estimated); provide details describing redundant systems and robustness of systems
o estimated number of days underway (pier to pier) without manned intervention other than Fueling At Sea
o estimated hours between major overhauls
o seakeeping performance assessment at Sea states 3 through 6, worst loading case, speeds from minimum steerage through full power in support of the desired operational requirements. Data should be presented in the form of speed-heading polar plots for displacement, velocity and accelerations, 6 DOF.
o structural design loads


• Vessel Payload Capabilities
o open deck space (square meters)
o modular payload space dimensions (meters)
o modular payload volume (cubic meters)
o modular payload weight capacity (metric tons)
o modular payload weight center
o modular payload space access and maintenance envelope
o modular/reconfigurable payload interfaces support physical/electrical/COMMS to meet TEMPEST requirements
o modular payload electrical capacity (kW)
o modular payload cooling capacity (RTons)
o reconfiguration capability (e.g. tiedowns) for future payloads
o unobstructed payload egress for tethered and/or towed systems
o environmental protection for payloads
o additional remaining margin and/or service life allowance beyond modular payload reservation if applicable
o recommendations on growth required to cover new autonomous technologies fielded through course of 10-15 year service life
• Vessel Capabilities for Optional Short-Term Manning
o number of berths (racks)
o sanitation and meal preparation facilities


• Vessel Operations
o latest approach to power and cooling critical sensitive electrical equipment/gear that meets anticipated maintainability and Ao
o guidance and control (Types [GPS, PNT, etc], verification, validation, block diagram]
o navigation (Verification and Validation, block diagram)
o autonomy to include required data rates/prioritization from all payloads/sensors, covering both internal and external communications, to support level of autonomy (Verification and Validation, block diagram)
o health monitoring (Verification and Validation, block diagram)
o automated troubleshooting and self-repair method/approach to BITS solution(s)
o failsafe approaches to support critical system/subsystem failures
o level of redundancy and/or backup required to support level of autonomy
o protection against EMP (V&V approach to support)
o elimination/mitigation to EMI/RFI be it man-made or nature, both internal and external via induction, electrostatic coupling, or conduction to include V&V approach
o situational awareness
o communication systems (spectrum, rate, range, block diagram)
o cybersecurity architecture and approach
o on-board voyage/mission recording capability (similar to aircraft data recorders) including data type, quality and quantity.


• Vehicle Employment
o signature & detection (acoustic, magnetic, radar cross section, radio frequency emissions, optical, etc.)
o onboard sensors not specific to the payload including domain (EO/IR, structural, microwave, etc.), number, and location
o freeboard when fully loaded


ANSWERING THIS NOTICE:
Interested vendors shall respond describing their capability of satisfying the above leveraging existing designs that could be modified to a reasonable extent to meet the above requirements. The response shall identify how its surface vessel design can meet the above requirements. Respondents should provide a company profile to include, at a minimum, the following:


• Business name
• DUNS number
• business address
• business website
• business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB)
• number of employees
• employee classification level
• facility classification level
• CPARS past performance
• point of contact name
• mailing address (if different from business address)
• phone number
• email address


The desired format for submissions is white paper or similar narrative (contractor's format). The response should be no more than thirty (30) single-sided pages (including cover and administrative pages) and no less than 1-inch margins and 12 point font.  Submissions shall be in Microsoft Word 2010 or searchable Adobe Acrobat Portable Document Format (PDF). In order to be considered in this market survey, your response shall contain one (1) hard copy original (paper) copy and one (1) electronic submission on CD-ROM and be received on or before 19 November 2018. All responses must be sent via mailing agent (e.g. FedEx and UPS) to the Contracting Officer, Cassandra Brese, at the following address:


Naval Sea Systems Command
ATTN: Cassandra Brese, Code 0263
1333 Isaac Hull Avenue, SE, Stop 2040
Washington Navy Yard, DC 20376-2040


Responses SHALL NOT be faxed, e-mailed, or hand delivered. NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE.
Proprietary information, if any, must be clearly marked. 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. Respondents shall mark any data included in its submissions that they do not want disclosed to the public for any purpose.


DISCLAIMER AND IMPORTANT NOTES:
Respondents are advised that Booz Allen Hamilton and Johns Hopkins University - Applied Physics Laboratory may assist the Government in its review of responses received under this notice. Respondents shall provide notification on its cover page if the respondent does not consent to the use of the aforementioned contractors. Unless otherwise stated by the respondent, a submission received to this notice constitutes consent that the abovementioned contractors can have access to all information provided in the respondent's submission.


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.


Contracting Office Address:
SEA 02
1333 Isaac Hull Avenue SE
Washington Navy Yard, District of Columbia 20376
United States


Primary Point of Contact:
Cassandra Brese



Secondary Point of Contact:
Cristina Vega


 


Cassandra J Brese, Contracting Officer, Phone 2027811426, Email cassandra.brese@navy.mil - Cristina A Vega, Contract Specailist, Phone 2027813345, Email cristina.a.vega@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP