Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2023 SAM #7869
SOLICITATION NOTICE

U -- The George Washington University, Collection & Analysis of Ship Wake Data

Notice Date
6/12/2023 11:39:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018923Q0304
 
Response Due
6/16/2023 10:00:00 AM
 
Archive Date
06/17/2023
 
Point of Contact
Deborah Brett, Phone: 7574431348
 
E-Mail Address
deborah.d.brett.civ@us.navy.mil
(deborah.d.brett.civ@us.navy.mil)
 
Description
**THIS SOLICITATION IS FOR INTENT TO SOLE SOURCE** This is a COMBINED SYNOPSIS/COMMERCIAL SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; A SEPARATE SOLICITATION WILL NOT BE ISSUED, PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on Sam.gov (https://sam.gov/). The RFQ number is N0018923Q0304. This solicitation documents and incorporates provisions and clauses in effect through FAC 2023-03 (effective 26 April 2023) and DFARS Publication Notice 20230322 (effective 22 March 2023). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 541690 and the Small Business Standard is $15,000,000. The NAVSUP Fleet Logistics Center Norfolk (FLCN), Norfolk, VA 23511-3392 intends to negotiate a sole source firm fixed price purchase order for a Time Measuring Instrument. The services will be acquired in accordance with FAR Subpart 6.3 � Other Than Full and Open Competition, FAR Part 12 � Acquisition of Commercial Items and FAR Part 13 � Simplified Acquisition Procedures. The proposed contract action is for commercial services for which the Government intends to award a sole source contract to George Washington University, Department of Mechanical and Aerospace Engineering. The requested Period of Performance is from 1 August 2023 to 31 July 2024. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Interested persons may identify their interest and capability to respond to the requirement or submit quote. This combined synopsis/solicitation is NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, the Government will consider all bids, proposals, or quotations received by the closing response date. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for determining whether to conduct a competitive procurement. The NAVSUP Fleet Logistics Center (FLC) Norfolk Contracting Department, intends to award a Firm-Fixed-Price, sole source purchase order to George Washington University, The, for the collection and analysis of ship air wake data using USNA provided Unmanned Aerial Vehicles (UAVs) with a contractor provided data collection system; and (2) for contractor continued development of Visual-Inertial Odometry (VIO) for autonomous flight operations in a GPS-denied environment. For (1), the air wake data collection system includes two ultrasonic anemometers, an inertial measurement unit and a Real Time Kinematic (RTK) satellite-based positioning system. Ship air wake turbulence astern of US Navy vessels will be measured and recorded with the data collection system. This data will then be analyzed to support validation of advance computer simulations used by Naval Air Systems Command (NAVAIR) to determine acceptable launch and recovery envelopes for small UAVs. Ship air wake data will be collected and analyzed from approximately 12 days of underway testing on US Naval vessels, primarily on USNA YP689. For (2), the capabilities of the current VIO autonomous system will be expanded to include greater detection range under a wide variety of ambient lighting and weather conditions. Approximately 12 days of underway testing will be accomplished on USNA YP689 to support the enhanced VIO and related technology development. COLLECTION AND ANALYSIS OF SHIP AIR WAKE DATA CLIN 0001 PRODUCT QTY U/I Period of Performance UNIT PRICE TOTAL PRICE 0001 Time Measuring Instrument 1 EA 08/1/2023 � 7/31/2024 TBD TBD TOTAL This announcement will close at 1:00 PM (EST) on 16 June 2023. Delivery Location is as follows: � U.S. NAVAL ACADEMY 590 HOLLOWAY ROAD, ROOM 107 ANNAPOLIS MD 21402-5042 PLEASE SEE THE ATTACHED DOCUMENTS FOR ADDITIONAL INFORMATION: Attachment I - Sole Source Justification Redacted Attachment II � Statement of Work Attachment III - Applicable FAR Provisions and Clauses This announcement will close on 16 June 2023, 1:00 PM Eastern time. Responses should be submitted via email to Deborah Brett at Deborah.d.brett.civ@us.navy.mil. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov. For assistance call 866-606-8220 or visit the Federal Service Desk website at http://www.fsd.gov. All quotes shall include price(s), FOB point, complete delivery/performance address, a point of contact, (name and phone number), GSA contract number if applicable, business size (Large or Small), and payment terms.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/63f833d90b504e85a41e0202b837d3c8/view)
 
Place of Performance
Address: Annapolis, MD 21402, USA
Zip Code: 21402
Country: USA
 
Record
SN06712213-F 20230614/230612230107 (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 |
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.