Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 05, 2024 SAM #8348
SPECIAL NOTICE

A -- USSOCOM PEO-M DCS Multi-terrain Maintenance Trolley AE

Notice Date
10/3/2024 10:46:26 AM
 
Notice Type
Special Notice
 
Contracting Office
DEPT OF DEFENSE
 
ZIP Code
00000
 
Solicitation Number
2024_DCS-Mnx_Trolley_AE
 
Response Due
11/15/2024 8:59:00 PM
 
Archive Date
11/30/2024
 
Point of Contact
Ronald Reed, Contracting/Agreement Officer, Phone: 813-460-6045, Juanita Bell, Contract/Agreement Specialist, CTR, Phone: 813-826-7570
 
E-Mail Address
ronald.e.reed.civ@socom.mil, juanita.bell.ctr@socom.mil
(ronald.e.reed.civ@socom.mil, juanita.bell.ctr@socom.mil)
 
Description
PEO-M: DCS Multi-terrain Maintenance Trolley�Assessment Event (AE) Submit NLT 15 November 2024 11:59 PM ET ITAR Restricted Purpose� SOFWERX, in collaboration with USSOCOM PEO-Maritime (PEO-M) Undersea, will host an assessment event to explore industry�s interest and ability to design, develop and support a multiple surface maintenance and support trolley for the Dry Combat Submersible (DCS) program. Background/Synopsis As a part of the DCS support equipment, the Original Equipment Manufacturer (OEM) developed and delivered a maintenance trolley that is suitable for use in a flat, level factory floor environment. Due to the range of operational locations anticipated for the DCS, PEO-M Undersea and the Integrated Maintenance Depot Section (IMDS) team at Joint Expeditionary Base Little Creek (JEBLC), are seeking a design that will provide similar maintenance and support capabilities but will be able to operate in an environment of rough surfaces that may be expected in deployment areas. Objective PEO-M Undersea, in conjunction with other Government stakeholders is seeking a multiple terrain maintenance and support trolley for the DCS program. This effort will require design, development, manufacture, documentation, training, and support of the trolley. Detailed requirements will be provided as an attachment to this notice, but the general requirements include: -����Provide access and support capabilities similar to existing OEM system -����Be air, land, and sea transportable (without the DCS on-board) -����Be able to operate on rough and uneven terrain that may be expected in forward operating environments with the DCS loaded -����It is desired to be able to perform or support ramp launch and recovery of the DCS -����It is desired to be able to be self-propelled and/or be transported with its prime mover in all conditions Why You Should�Participate USSOCOM seeks to enter into non-FAR or FAR-based agreements with Industry, Academic, and National Lab partners whose solutions are favorably evaluated by PEO-M Undersea Subject Matter Experts (SMEs). As such, the follow-on Assessment Event (AE) is considered competitive, and solutions will be evaluated independently of one another primarily for technical merit. This serves dually as notification of the intent to research the feasibility of an agreement under 10 U.S. Code, Section 4022 and/or Section 4022(f), and as notice of pre-solicitation activities IAW FAR 5.204. Event Timeline Phase 1 - 03 October 2024 to 15 November 2024 Submissions to the Assessment Event (AE) Open:�Interested respondents who could potentially provide solutions that meet the needs of USSOCOM are encouraged to submit their capability for USSOCOM review. To submit your technology for potential Phase 3 attendance, please review the assessment criteria and follow the submission instructions at the bottom of this webpage. Phase 1a - 29 October 2024 Q&A Telecon:�Interested offerors may participate in a virtual Q&A session to better understand the PM's specific technology objectives. The telecon will take place on 29 October from 1:00�2:00 PM ET. The RSVP form is found at the bottom of this page.� Phase 2 - 18 November 2024 to 13 December 2024 Downselect:�USSOCOM will downselect those respondents/submissions they feel have the highest potential to satisfy their technology needs. Favorably evaluated submissions will receive an invitation to attend the AE on/around 13 December. Phase 2a - 18 December 2024 Q&A Telecon:�Interested offerors may participate in a virtual Q&A session to better understand the PM's specific technology objectives. The telecon will take place on 18 December from 1:00�2:00 PM ET. RSVP form will be available on/around 13 December.� Phase 3 - 28 January 2025 to 30 January 2025 Assessment Event (AE):�During the AE, selected participants will be allotted a one-on-one session with the USSOCOM evaluation panel to pitch, demonstrate, and/or discuss their solutions. The forum will include a Q&A portion and discussions may continue outside of the event. Solution brief presentation guidelines will be outlined in the event invitation and solutions will be assessed according to the criteria in the link provided below. If the USSOCOM evaluation panel favorably evaluates a solution brief, negotiations for Phase 4 may immediately begin. This event will be held virtually. Phase 4 - Path Forward:�Successfully negotiated awards may fall under any combination of these categories: Business to business research and development agreement as a sub-award through the SOFWERX Partnership Intermediary Agreement (PIA) (15 U.S. Code Section 3715) OTA for research or prototype projects (10 U.S. Code Sections 4021,�4022) An award under�10 U. S. Code, Section 4022�may result in the further award of a follow-on production agreement without additional competition based on successful prototype completion. The Government may make this follow-on production award based upon successful prototype criteria, which will be determined for each prototype project. Procurement for experimental purposes (10 U.S. Code Section 4023) Cooperative Research and Development Agreement (15 U.S. Code Section 3710a) Prizes for advanced technology achievements (10 U. S. Code Section 4025) and/or prize competitions (15 U.S. Code 3719) FAR-based procurement contract� NOTE:�Awardees may need to be compliant with�NIST SP 800-171, Protecting Controlled Unclassified Information (CUI) in Non-Federal Systems and Organizations How You Can Participate Government, Industry, Academia, National Labs, and Non-Traditional Attendees RSVP to the 29 October Virtual Q&A Telecon:�Click Here to RSVP�(NLT 28 October) Review Assessment Criteria:�Click Here to Review Review the DCS General Arrangement Sheet:�Click Here to Review Review the DCS Cradle Drawing:�Click Here to Review Download the White Paper Template:�Click Here to Review Complete the Submission Form:�Click Here to Submit Questions? For event-related questions, please contact�Alana Hymel
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f521cc48c3eb48a19a33313642c09b70/view)
 
Place of Performance
Address: Tampa, FL 33605, USA
Zip Code: 33605
Country: USA
 
Record
SN07232288-F 20241005/241003232515 (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.