Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOURCES SOUGHT

A -- AUV Technology Refresh/Upgrade

Notice Date
3/6/2017
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Commander in Chief, Atlantic Fleet, Naval Oceanographic Office (NAVOCEANO), Contracts Department (N5), 1002 Balch Blvd., Stennis Space Center, Mississippi, 39522-5001, United States
 
ZIP Code
39522-5001
 
Solicitation Number
NAVO20170306
 
Archive Date
3/30/2017
 
Point of Contact
Lisa Brown, Phone: 228-688-5773, Chantel A. Smith, Phone: 228-688-4362
 
E-Mail Address
lisa.k.brown1@navy.mil, chantel.smith@navy.mil
(lisa.k.brown1@navy.mil, chantel.smith@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought Notice is to determine available sources capable of providing the required services. This is a Sources Sought Notice only. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. No solicitation is available at this time. Requests for a solicitation will not receive a response. All information submitted in response to this notice is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. This Sources Sought Notice is issued solely for informational and planning purposes. Description of Desired Capabilities The Naval Oceanographic Office (NAVOCEANO) is responsible for maintaining Autonomous Underwater Vehicles (AUV) for environmental, geophysical, bathymetric and oceanographic studies for the U.S. Department of the Navy. The Ocean Projects Department of NAVOCEANO is responsible for procuring, operating and maintaining AUV used in support of Department of Defense requirements. The Oceanic Procurement Division anticipates awarding a services contract with the following tasks: (1) upgrade and/or research new technology, integrate mission essential sensor units, sensor testing and system integration into existing AUV operational systems; research new technology and/or upgrade integrated shipboard tracking, monitoring and encrypted communications systems into existing AUV design; (2) provide training to Naval personnel as well as support current Naval AUV operations as required by NAVOCEANO; and, support NAVOCEANO survey operations for extended periods of time not to exceed ninety (90) days. Vehicles must have a specific ocean depth capability between 0 and 6,000 meters. All designs, developments and modifications shall be proprietary rights of the U.S. Government. Any and all technology developed for the U.S. Government shall be property of the U.S. Government. Task 1: AUV Technology Refresh/Upgrades The overall objective of this requirement is to continue efforts to increase AUV endurance, performance, improved survey efficiency and to reduce costs. As technology progresses and new developments in AUV's are fielded, the ability to retrofit these new technologies to existing systems is required. This may include developments in the oceanographic sensors, depth capabilities and main power supply (batteries) and extended endurance and lifetime longevity. Periodically sensors need to be upgraded to maintain a level of assurance with upgraded computer systems. Respondents should have expert knowledge in the development, fabrication, integration and testing of new sensors, as well as the design and testing of new technology to improve, refresh and/or upgrade AUV design. Respondents should also have expert capabilities in researching new technology and/or upgrading integrated shipboard tracking, monitoring and encrypted communications systems. Task 2: AUV Technical Support for Technology Refresh/Upgrades Respondents expertise must include the capabilities to provide superior technical support and personnel to participate in sea operations in direct support of NAVOCEANO AUV operations; provide training to naval personnel as well as support of current naval AUV operations; and, support NAVOCEANO survey operations for extended periods of time that may include personnel and equipment for AUV data acquisition from contract vessels, TAGS-60 and other platforms required to meet mission requirements. Project Management Respondents must demonstrate expert capabilities in program management and general business operations that engage and manage resources and team members to successfully execute managed integration and successful deployment of objectives within established timelines. Respondents should demonstrate excellent proficiencies in project execution, the ability to identify deviations from project baselines, isolate causes of performance problems and provide solutions; and, in analysis and strategic planning for present and planned systems. Submission Instructions Statements of Capabilities (SOC) must be submitted in writing. Oral communications are not acceptable in response to this notice. Proprietary information should be marked accordingly. The SOC must be received by 15 March 2017, 1200 hours, Central Standard Time. Submissions shall be addressed to the contracting office and personnel outlined below. The SOC must provide the following information as a part of its cover sheet: (a) Company name and address; (b) Identify organization's business type inclusive of any and all socio-economic status (e.g., 8(a) certified program participant, small disadvantaged, veteran-owned, service-disabled veteran owned, HUB Zone or woman-owned); (c) Point of Contact; (d) Phone/Fax/E-mail; (e) NAICS Codes; (f) Information regarding organization's capabilities; and, (g) Suggested type of contract vehicle (e.g., firm-fixed-price, fixed-price incentive, cost-reimbursement, etc. See Federal Acquisition Regulation, Part 16 - Types of Contracts). The SOC should include information relevant and specific to demonstrating the ability to meet the technical and programmatic requirements described above. SOC are limited to fifteen (15) single-sided 8.5" x 11" pages with 1" margins, and 12-point font (Arial or Times New Roman). The SOC will be evaluated solely for market research purposes. Consequently, the Government is primarily interested in Qualified Sources (Prime Contractors) providing specific technical details indicating how that source can meet the Government's needs. Responses from small businesses and small, disadvantaged business firms are highly encouraged. A responding firm should indicate if it is a small business, a HUBZone small business, a service-disabled veteran-owned small business, a woman-owned small business, a socially and economically disadvantaged business, an 8(a) firm, a historically black college or university, or a minority institution. The applicable North American Industry Classification System (NAICS) code 541712 - Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) has been selected for this requirement. The small business size standard is 1,000 in number of employees. Submit the SOC electronically to the Contracting Officer, Ms. Chantel A. Smith at chantel.smith@navy.mil and to the Contract Specialist, Ms. Lisa K. Brown at lisa.k.brown1@navy.mil or by mail to Naval Oceanographic Office, Oceanic Procurement Division, Attn: Ms. Chantel A. Smith, N52 Division Director, 1002 Balch Blvd., Stennis Space Center, MS 39522.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/83af40260fb254c852c9d35b38898506)
 
Place of Performance
Address: 1002 Balch Blvd, Stennis Space Center, Mississippi, 39522, United States
Zip Code: 39522
 
Record
SN04425056-W 20170308/170306235247-83af40260fb254c852c9d35b38898506 (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.