SPECIAL NOTICE
42 -- Combat Diving Vests
- Notice Date
- 2/23/2021 12:39:23 PM
- Notice Type
- Special Notice
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N61331-21-SN-Q10
- Response Due
- 3/12/2021 2:00:00 PM
- Archive Date
- 03/27/2021
- Point of Contact
- Samantha Story, Aaron D. Deich
- E-Mail Address
-
samantha.story@navy.mil, aaron.deich@navy.mil
(samantha.story@navy.mil, aaron.deich@navy.mil)
- Description
- REQUEST FOR INFORMATION FOR COMBAT DIVING VEST N61331-21-SN-Q10 THIS IS A REQUEST FOR INFORMATION (RFI) FOR MARKET RESEARCH PURPOSES ONLY. �This is a RFI and not a formal solicitation. If the requirements are sought, a formal solicitation will be announced separately at a later time. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. Contact with Government personnel, other than the Points of Contact (POC) listed herein, by potential offerors or their employees regarding this requirement is strictly prohibited. The Naval Surface Warfare Center Panama City Division (NSWCPCD) is seeking information on a diver-worn load bearing equipment plate carrier with integrated Life Preserver and Buoyancy Compensator for a Combat Diving Underwater Breathing Apparatus (UBA) with the following minimum characteristics/capabilities. Please respond if you meet the following, or if you meet 90% of the following: Capable of attaching a Closed Circuit Combat Diving UBA to either the front or back. The decision for front or back mounting will be made by the user pre-dive.� The vest may differ in configuration between front or back mounting, but the differences should be minimal, i.e., relocated straps and buckles.� The vest should also be configurable to allow for multiple UBAs, all mounting over the shoulder and to the waist.� Integrated Life Preserver:� Capable of emergency (face up) flotation activated by a one handed action from the diver or dive buddy. Threshold:� Rated to 50 Feet of Seawater (FSW) (provides 34 lbs of positive buoyancy at 50 fsw) Objective:� Rated to 130 FSW (provides 34 lbs of positive buoyancy at 130 fsw) Profile and drag should be minimal for long duration combat dive swims. Capable of holding integrated dive-able front and back �Swimmer Cut Gen IV & V Tactical Standalone Plate (TSA)�. Capable of operating without integrated armor plates. In air weight less than 10 lbs. Users must be able to don/doff the system as a singular, integrated device (including attached UBA). Repairable:� Capable of being easily disassembled and reassembled for repair of individual components. Operational temperature range of 32�F to 99�F. Operation and Maintenance manual with all repair and replacement parts, corrective maintenance procedures, pre and post dive procedures, and operating procedures Respond with the following documentation: Company�s name, POC & POC information, address, Cage code and business size. Technical literature with complete description and specifications illustrating the ability of the apparatus to meet the above characteristics in this request for information. Estimated unit cost for quantities of 5, 50, and 100. Estimated quantity of units currently fielded. Estimated preventative maintenance costs for 1 and 2 year periods to include replacement parts, o-rings, seals, etc. for 5, 50, and 100 units. The Navy invites both large and small businesses to address the RFI above. The applicable North American Industry Classification System (NAICS) for this requirement is 339113. Responses should be submitted electronically, in Portable Document File (PDF) format.� Respondents should submit an initial synopsis (commonly referred to as white paper) which outlines potential solutions based on the ability to meet the performance requirements outlined in this document. Specific information describing how the proposed solution meets the requirements is requested. If a potential solution meets some of the performance requirements, respondents are asked to highlight what can be met and what cannot. For those performance requirements that cannot be met, please detail the level and/or reason for the shortfall. This is not a solicitation.� In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in the Beta.Sam.Gov.�� Responses are requested no later than 12 March 2021.� Direct expression of interest as well as required documentation should be sent via e-mail to Aaron Deich (aaron.deich@navy.mil), Samantha Story (samantha.story@navy.mil) & Gram Holmes (charles.holmes@navy.mil)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9937c5a916da45fa8aa4f9d0852824f8/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05923882-F 20210225/210223230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |