Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 09, 2013 FBO #4337
SOLICITATION NOTICE

N -- Acquire Drop-In Replacement Doppler Velocity Log (DVL) with MIL-STD-1553B

Notice Date
10/7/2013
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-13-R-0072
 
Archive Date
12/6/2013
 
Point of Contact
Lois E. Brockson, Phone: 8138268909, Sonia M Lizotte, Phone: 8138261066
 
E-Mail Address
lois.brockson.ctr@socom.mil, sonia.lizotte@socom.mil
(lois.brockson.ctr@socom.mil, sonia.lizotte@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command (USSOCOM) intends to negotiate under FAR part 15 and award a sole source contract to Teledyne RD Instruments, 14020 Stowe Drive, Poway, CA 92064, in accordance with Title 10 U.S.C. 2304(c)(1), only one responsible source and no other supplies or services will satisfy the agency requirements IAW FAR 6.302-1(a)(2)(ii). This notice is not a request for competitive proposals. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received within the response time of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If a capability statement is submitted offerors shall identify whether or not they are foreign owned, controlled, or influenced companies. Offerors must also provide specific details with regard to their current ability to execute this program within offeror facilities fully certified at the SECRET level; to include any applicable timelines for acquiring the necessary certifications. Also, offerors must provide a defendable critical path schedule that details the path from contract award to delivery of a fully tested and certified 1st article (2 DVLs). Teledyne RD Instruments will provide the next generation Doppler Velocity Log (DVL) as a drop-in replacement of the current obsolete DVL installed in the Navy underwater vehicles, as described in the sources sought notice posted 30 Jul 2013 "Acquire drop-in replacement Doppler Velocity Log (DVL) with MIL-STD-1553B using the latest technology". The DVL shall be integrated with an OCTANS 1000 Gyrocompass and a Pressure Sensor. The design shall retain the output modes, command structure, and communications protocol of the obsolete unit, as well as maintain the mechanical fitment of the current system, minimizing any change to the underwater vehicle. First article delivery consists of 2 DVLs. The vendor will also provide support during Government integration and qualification testing for up to 6 months after 1st article delivery (2 DVLs). Upon successful completion of integration and all testing requirements, orders may be placed for up to 10 additional units. The contractor will deliver at a rate of no less than 4 DVLs per month; delivery of the first 4 DVLs must occur no later than 60 days after award of the option. To obtain the Government Furnish Information (GFI) required to submit a proposal, vendors must possess a clearance level of SECRET. Clearance requirement must be current prior to closing of the solicitation. The DVL needs to be fully qualified, to include Government testing, 6 months after contract award. Based on the results of the market survey, Teledyne RD Instruments is the only source with the unique knowledge, expertise, experience, combined with manufacturing capability and security clearance, that can provide the required equipment and services in the timeframe that supports the Government's need date. The contract to be awarded will be export control, subject to all applicable International Traffic in Arms Regulations. The applicable North American Industry Classification System (NAICS) code and size standard are 334511/750 employees. The solicitation and attachments will not be uploaded to Fedbizops. In order to obtain a copy of the subject solicitation and attachments, a company must possess the proper security clearance. The Government intends to award a contract for performance to begin on or about 15 December 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-13-R-0072/listing.html)
 
Record
SN03212433-W 20131009/131007233851-a4eca701d2947bc2a5f9d38dec546410 (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.