Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOURCES SOUGHT

20 -- Underwater Obstacle Avoidance Device for Combatant Divers

Notice Date
7/1/2010
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
M67854 MARINE CORPS SYSTEMS COMMAND Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785410I1099
 
Response Due
7/30/2010
 
Archive Date
8/16/2010
 
Point of Contact
Maj Martin Lewis 703 432-6150
 
Small Business Set-Aside
N/A
 
Description
The Marine Corps Systems Command, Quantico, Virginia is seeking sources and information for a system that will serve as an underwater obstacle avoidance device for combatant divers, from this point forward referred to as "the device", that is capable of subsurface operation for detection of obstacles and visual indication of said obstacles. This Request for Information (RFI) is for planning and informational purposes only and shall not be considered as a request for proposal, an obligation on the part of the Government to issue a request for proposal, and/or obligation on the part of the Government to acquire any products or services. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Interested parties are solely responsible for all costs and expenses associated with their respective response to this RFI. The Government will not reimburse interested parties for any direct and/or indirect costs and/or expenses associated with their respective responses to this RFI, including, but not limited to any direct and/or indirect costs associated with any submission or information provided to the Government. Moreover, interested parties will not otherwise be entitled to any compensation associated with the Government's use of any submission or information provided by an interested party to the Government pursuant to this RFI. Furthermore, the information provided in this RFI is notional and may change. The Government is under no obligation to revise any aspect of this RFI should any information provided herein change. The Government will provide any additional information and issue any additional requests for information at its sole discretion. Interested companies with a production representative, commercial and/or non-commercial, non-developmental item that is capable of being certified in accordance with NAVSEAINST 1056.2C Procedures for Evaluation of Diving Equipment for Authorization for Navy Use, dated 26 Sep 2008 are welcome to submit a reply to this RFI. The device shall meet the below requirements: Requirements 1. The device shall be capable of operating at a depth of up to 60 feet of sea water. 2. The device shall be capable of operating continuously for 5 to 6 hours. 3. The device shall be capable of detecting subsurface obstacles at a distance of not less than 100 feet to the front. 4. The device shall provide a visual display of the location and distance to any subsurface obstacle(s). 5. The device shall be of a size that can be stowed within a standard military rucksack, or no larger than approximately 12 inches square by 4 inches thick. 6. The device shall be capable of operation in a handheld mode. 7. The device's power supply shall be rechargeable from 110V power sources. 8. The device's power supply shall be capable of receiving approval in accordance with NAVSEAINST 9590.1 Special Operations Forces Requirements and Standards for Transport and Stowage on Submarines and Deep Submergence Systems. Commercial and/or non-commercial, non-developmental companies with existing equipment capable of meeting the requirements above are encouraged and invited to submit product brochures and pricing materials outlining specifications, to include a statement of capabilities, production and delivery rate on a monthly basis, warranties offered with pricing, recommended spare parts with pricing, and system repair capability at a Marine Corps unit level. Responses shall be limited to a total of 10 pages not including brochures. Responses shall include a matrix with the requirements stated above and how the vendor's product meets each requirement. Responses will be reviewed to identify firms potentially capable of fulfilling the Governments requirements. This Request for Information (RFI) is for planning purposes only. The Government recognizes that proprietary data may be part of this effort. If so included, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. The Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. Additionally, interested firms are requested to provide the following information in their RFI response: (a) company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; and (b) indicate business size (i.e., large, foreign, small disadvantaged, veteran owned, minority owned, etc) to the Government representative listed below. Responses to this RFI shall be emailed to Major Martin Lewis at martin.r.lewis@usmc.mil and a courtesy copy to betty.cartis@usmc.mil at the Marine Corps Systems Command, no later than 30 July 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67854/M6785410I1099/listing.html)
 
Record
SN02194345-W 20100703/100701235435-676d4a767426da8c5fcbddbc7b2f71ff (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.