MODIFICATION
V -- Vessel Pilot Services
- Notice Date
- 7/16/2015
- Notice Type
- Modification/Amendment
- NAICS
- 488330
— Navigational Services to Shipping
- Contracting Office
- ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- NAG15SUBOP01
- Response Due
- 7/25/2015
- Archive Date
- 9/14/2015
- Point of Contact
- Jeremy Deorsey, 5082336192
- E-Mail Address
-
ACC-APG - Natick (SPS)
(jeremy.a.deorsey.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- **THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.** The United States Special Operations Command (USSOCOM) has a requirement to develop and field a system of systems which include affordable small lock-in/lock-out (LI/LO) submersibles to meet Special Operations Forces (SOF) mission requirements. USSOCOM has begun developing multiple demonstration vehicles which will be used to investigate the applicability of commercial designs, concepts, practices, construction, and classing of submersible vehicles utilized in harsh special operations environments. In addition, USSOCOM will use these demonstration vehicles to demonstrate potential Key Performance Parameters and Key System Attributes for a future Dry Combat Submersible (DCS) program. Detailed requirements will be outlined in the requirements below. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, USSOCOM is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) Website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Questions shall be submitted in writing via e-mail. Verbal questions will NOT be accepted. Questions will be answered by e-mail; accordingly, questions shall NOT contain proprietary or classified information. Interested contractors shall identify any and all limiting factors associated with each individual requirement. Please submit responses via e-mail only to Mr. Jeremy Deorsey at Jeremy.a.deorsey.civ@mail.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide the specified service in support of the this program. The information provided in the RFI is subject to change and is not binding on the Government. USSOCOM has not made a commitment to procure the service discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Requirements: 1. USSOCOM will require, at a minimum, a dry submersible pilot and co-pilot (2 people), with a maximum effort of three pilot/co-pilot crews (6 people). The dry submersible crew(s) will have to operate the Button 5.60 demonstration vehicle during its vehicle characterization, train fleet Sailors to operate the Button 5.60, and to advise fleet Sailors on Button 5.60 operations. The dry submersible crew(s) must be well versed in navigation by sonar, atmospheric controls, Navy Special Warfare (NSW) LI/LO operations, NSW dive supervisor operations, NSW Tactics-Techniques-and Procedures (TTPs), and have a security clearance of at least US SECRET. 2. Dry submersible crew(s) must be able to begin operating the Button 5.60 immediately upon contract award. 3. Dry submersible crew(s) must be able to complete extended underwater transits. They must be able to conduct transits in excess of 24hrs. 4. Dry submersible crew(s) must be able to conduct horizontal, autonomous, submerged operations while navigation by using an Obstacle Avoidance Sonar (OAS). Specifically, the crew is trained to conduct operations using the University of Texas - Applied Research Lab's iPuma OAS. 5. Dry submersible crew(s) must be able to operate the GEM elettronica Polaris FOG-100 navigation system. 6. Dry submersible crew(s) must be able to monitor and control dry submersible atmospherics including the management of main propulsion batteries located inside the manned spaces of the submersible. 7. Dry submersible crew(s) must be able to serve as a diving supervisor in accordance with NSW regulations and procedures. 8. Dry submersible crew(s) must be able to conduct diver LI/LO operations with a floodable lockout chamber. 9. Dry submersible crew(s) must be familiar with NSW dry submersible TTPs. 10. Dry submersible crew(s) must have a security clearance of at least US SECRET. 11. Dry submersible crews(s) must be prepared to travel for extended duty at various locations, to include Panama City Beach, FL and Little Creek, VA. Extended duty could be up to at least 6 months. **All submissions to these RFI are to be submitted no later than close of business (COB) or 1700 EST on 25 July 2015. The Point of Contact is Mr. Jeremy Deorsey at jeremy.a.deorsey.civ@mail.mil ** **THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.** **Amendment to this RFI includes a posting of qustions asked and their responses.**
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5a8dd1ca16134659d4e44c1a86e5c8dd)
- Record
- SN03800449-W 20150718/150717000158-5a8dd1ca16134659d4e44c1a86e5c8dd (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 |