The RFP Database
New business relationships start here

REQUEST FOR INFORMATION


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

This is a Request for Information by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). NSWCDD on behalf of the Gun and Electric Weapon Systems Department (E), Directed Energy and Pulsed Power Division (E10) is seeking information on candidate concepts and enabling technologies for a High Power Microwave (HPM) Vessel Stopping Prototype. NSWCDD is interested in innovative HPM Source technologies and novel antenna concepts that could potentially enhance the ability to interdict and stop a broad spectrum of maritime vessels through less than lethal means. The primary focus of this RFI is HPM Vessel Stopping Prototypes for countering small (<25 meter) high speed vessels. In addition, innovative concepts for high gain antenna technologies and/or solutions are also under consideration. All HPM Vessel Stopping Prototype technologies, solutions or concepts provided should cite advantages and limitations, specifically addressing how they may provide significant operational advantages, including Size, Weight, and Power (SWaP) improvements.

This Request for Information (RFI) is published in accordance with FAR 15.201(e) and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP) or a commitment by the U.S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice.



2.0 System Requirements:


Tables below provide high level system requirements in order to facilitate appropriate questions and/or responses to this RFI.


2.1 Primary System Requirements


Title Threshold Value Objective Value
Reversible Effect-Small Boat Propulsion 50 meters 100 meters
Probability of Disruption 70% 90%
Weight 2,200 pounds 2,000 pounds
Sea State Operation Sea State 3 Sea State 4
Antenna Tracking Electrically or Mechanically Steered N/A
Run Time 2 minutes 5 minutes



2.2 Operational Requirements:


Title Requirement
Electrical 450 Volts Alternating Current (VAC) three-phase, 60 Hz power in accordance with MIL-STD 1399-300A.
Mechanical The system shall be compatible with the host platform using temporary alterations that do not compromise the structural integrity and do not interfere with normal and safe vessel operations.
Tracking The system shall perform 3-D Target Tracking without external input and be able to steer the antennas main beam in AZ and EL.
Controls The system shall be capable of performing stand-alone operation.
Environmental MIL-STD 1310H, Operational Community Input, MIL-HDBK-310
Reliability The system shall achieve a Mean Time Between Critical Failure (MTBCF) of more than 120 hours. The system shall be comprised of LRUs that can be accessed and replaced easily.



2.3 High Level Sub-Component descriptions:


Responses to this RFI should include detailed information on all subcomponents listed in the Table below. Specifications should include but not be limited to; RF Source Power Level, Pulse Width, Repetition Rate and Frequency. Full System parameters required are; Input Voltage and Current levels, and associated sizes and weights of system subcomponents. Details regarding technology maturity, Modeling and Simulation, theoretical calculations, quantity produced, environmental qualifications and development/production lead times are also highly desirable.



Title Description
Prime Power
(Host Platform) Provides power for system (system power and/or energy storage in system). Interfaces with Energy Storage & HV Conversion.
Energy Storage &
HV Conversion
(High Voltage Power Supply) Scales prime power to high voltage, buffers high peak power requirements and interfaces with all other sub-components.
Pulsed Power
(Modulator) Generate HV pulse for RF source and interfaces with all other sub-components.
RF Source
(Magnetron for example) Generates and transmits RF energy to Antenna and interfaces with all other sub-components.
Antenna Radiates the RF energy produced by the source as electromagnetic waves and directs them to the target at relevant distances. Includes stabilization mechanism to compensate for host platform motion and keep antenna pointed at target. Also includes steering mechanism to keep antenna pointed at target as the angles between the target and host platform change.
Thermal Management Provides adequate cooling for system operation.
Controls & Tracking Interface with platform, place system in desired state, and monitors system faults.



Responses must be submitted electronically to the following e-mail address: michael.price3@navy.mil. All correspondence sent via email shall contain a subject line that reads High Power Microwave (HPM) Vessel Stopping Prototype RFI with the RFI number and the name of your organization. Attachments with files ending in .zip or .exe are not allowable and will not get through e-mail filters. Ensure only Portable Document Format (PDF) and Microsoft Office document formats are attached to your email. All other attachments may be deleted.


All communications with industry must be coordinated through the Contract Specialist, via e-mail at michael.price3@navy.mil. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FBO) page located at http://www.fbo.gov.


The Government may consider meeting with or requesting additional information from potential sources following the market survey. Any results of any Government analysis will not be provided.


Required Submittal Format:


• All submitted information should be at the unclassified level


• Microsoft PowerPoint presentation


• Report with requested cost, schedule and technical details


• Label any information that is considered proprietary


• Electronic submissions are strongly encouraged in Microsoft or Adobe PDF format


• An offeror's response should include, but it should have at a minimum:
Company Name and Address


• Point of Contact (to include phone/fax/e-mail)


• Corporate POC (to include phone/fax/e-mail)


• Technical POC (to include phone/fax/e-mail)


• Cage Code


• NAICS Codes


• Business Size and Status


• Type of Small Business (if applicable, i.e. 8(a), woman-owned, HUB zone, etc.)


• Capability Statement


• Specific customers (for previous or similar contracts held)


• Other material (relevant to establishing core competencies of the firm)


NSWCDD may request further information regarding the capabilities of respondents to meet the requirements as deemed necessary. Eligible partners who may respond to this synopsis include companies, public and private foundations, non-profit organizations (including universities) and state or local government organizations.



NSWCDD requests offerors' responses NO LATER THAN 12:00 PM EST 22 February 2019; early submissions are fine and encouraged. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement.


The Government will not pay for any information received. Phone call responses will not be accepted. Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider. Any information supplied under this RFI shall be provided free of charge to the Government. All responses should be unclassified. Information and materials submitted in response to this request will NOT be returned.


If responses contain proprietary data, it shall be marked appropriately. It is the respondent's responsibility to clearly define to the Government what is considered proprietary data.


 


Michael T. Price, Contract Specialist, Phone 5406534401, Email michael.price3@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP