Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2010 FBO #3266
SOURCES SOUGHT

58 -- Expeditionary Unmanned Undersea Vehicle Neutralization System (EUNS)

Notice Date
11/1/2010
 
Notice Type
Sources Sought
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133111QSB01
 
Response Due
11/28/2010
 
Archive Date
12/28/2010
 
Point of Contact
Stuart Burman at 850-636-6035, or Contracting Officer Mary Hines at 850-235-5389.
 
E-Mail Address
stuart.burman@navy.mil
(stuart.burman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Government Sources Sought Request for Information (RFI) for Expeditionary Unmanned Undersea Vehicle Neutralization System (EUNS). THIS IS NOT A REQUEST FOR PROPOSALS Description: The Naval Surface Warfare Center Panama City Division (NSWC PCD) under the sponsorship of the Program Executive Office for Littoral and Mine Warfare (PMS-408) is requesting information on small (two-person portable) unmanned underwater vehicle (UUV) mine neutralization systems as part of an Analysis of Alternatives study. This study will focus on analyses of alternative systems to perform mine neutralization in three distinct mission areas: (1) A low observable system for use in non-permissive environments in the Very Shallow Water (VSW) zone with water depths from 10-60 feet to support the Concept of Operations (CONOP) to reduce the MCM tactical timeline. (2) A system which can operate in permissive environments in water depths from 60-300 feet in near shore areas including open areas of harbors and shipping channels. (3) A variant system which can operate in permissive environments in confined environments (e.g., harbors or ship channels) where neutralization with low resultant collateral damage is required due to proximity to critical infrastructure. Systems 2 and 3 will normally operate in support of the concept to reduce operator risk as described below. Although intended to be employed in permissive environments, standoff between topside operators and subsystems, and in-water subsystems is required for employment in expeditionary operations where shore side and waterside activities may not always be under control of friendly forces. These systems will utilize known target information (location, depth, target type) acquired by precursor systems. The current baseline comparative system employed by EOD Expeditionary Forces consists of EOD divers delivering a countercharge within neutralization range of the target. Any proposed platform (system) must possess the potential for addition of sensors, payloads, and command and control algorithms for future development efforts. Notional Concepts for these systems include: CONCEPT 1 “ Reduce risk to the operator by employing a robust, highly autonomous Remotely Operated Vehicle (ROV), Autonomous Unmanned Vehicle (AUV), or a combination Unmanned Surface Vehicle (USV)-ROV solution capable of precision delivery, placement and aiming (if required) of neutralizers on previously localized, in-volume and bottom targets (including buried) for follow-on actuation. CONCEPT 2 “ Reduce the tactical timeline in non-permissive pre-assault amphibious MCM environments, and rapid follow on MCM clearance environments by employing an expendable AUV neutralizer capable of autonomously reacquiring previously localized in-volume and bottom targets, and either automatically actuating upon arrival at the effective target location, or positioning itself in a manner that will enable effective mine neutralization upon directed actuation. Responses to this market survey are due on or before 30 days from release of this RFI. Any proposed technically mature system must include a product description with current verified performance characteristics and a statement regarding current availability, summary of prior testing, test reports, summary of logistic and maintenance requirements, summary of current use by other military/operational forces, and an estimated cost for the price of test articles and production units. Test data and/or analytical predictions of systems ability to station keep on or near the target is desired. Information on suitability of systems used by U.S. Navy, including: existing test data or reports and certifications as to whether energetic payloads qualify as insensitive munitions; and compliance with MIL-STD-882D systems safety requirements is also desired. Of particular interest are those systems which are sufficiently small and robust such that they can be easily assembled and launched by one or two persons from small inflatable boats in remote areas without the need for cranes, davits or other handling aids to support use in expeditionary operations. Any proposed system or concepts still under development should include an assessment of the current Technology Readiness Level (TRL), descriptions of risk areas and mitigation plans to achieve TRL 9, development schedule and estimated development and unit cost for test articles and future production units. Please provide name of firm, address, POC, phone/fax number, and email address. Telephone responses will not be honored. This synopsis does not constitute an Invitation for bid or Request for Proposals, and is not to be construed as a commitment by the government to issue an order or otherwise pay for the information solicited. No further information is available from the contracting office. Technical Questions and responses to this RFI should be directed to Paul Moser, e-mail: paul.moser@navy.mil, address: Paul Moser, Code E15, Naval Surface Warfare Panama City Division, 110 Vernon Ave, Panama City, FL 32407. Please send a copy of the response to this RFI to Mr. Phil Montgomery, e-mail: phillip.r.montgomery@navy.mil, address: Phil Montgomery, PMS-408 (EOD) MCM UUV Projects Manager, 2008 Stump Neck Rd., Indian Head, MD 20640 and to Stuart Burman, Contract Specialist, stuart.burman@navy.mil NSWC PCD Code B32. In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the solicitation will be publicized and any subsequent award made in the Navy Seaport-E portal. This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1c153e436c1de7a94ef36715039a361a)
 
Record
SN02320280-W 20101103/101101234139-1c153e436c1de7a94ef36715039a361a (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.