SOURCES SOUGHT
58 -- HYDROGRAPHIC MULTIBEAM REPLACEMENT SONAR SYSTEM
- Notice Date
- 5/4/2009
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Space and Naval Warfare Systems Command, SPAWAR Systems Center Charleston, P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Atlantic_MKTSVY_721C2
- Response Due
- 5/7/2009 11:59:00 PM
- Archive Date
- 5/22/2009
- Point of Contact
- Point of Contact - Calvin L Howard, Contract Specialist, 843-218-5941<br />
- Small Business Set-Aside
- N/A
- Description
- Revision to Sources Sought Notice of18 April 2009. The response due date is changed from 4 May 2009 to 7 May 2009. This is a sources sought synopsis for the Hydrographic Multibeam Replacement (HMR) System. REFERENCE NUMBER: N65236-09-R- 0097. The Space and Naval Warfare Systems Center, Atlantic (SSC-LANT) is soliciting information from potential sources to provide the next generation Hydrographic Multibeam Replacement Sonar System for the Naval Oceanographic Office (NAVOCEANO). This system shall replace the existing multibeam echosounders aboard Hydrographic Survey Launches (HSLs) and Autonomous Underwater Vehicles (AUVs). The new system is to provide significantly greater spatial resolution, accuracy, coverage, and depth range. The proposed system and life-cycle support services shall include, but not be limited to the following areas: manufacturing and delivery of an estimated 25 systems which includes equipment spares, installation, integration, training, and testing. The following table is a list of minimum performance capabilities as specified in the draft Performance Work Statement (PWS). Potential sources must have demonstrated expertise and proven abilities in manufacturing systems similar to the proposed shallow-water sonar system. Offeror are requested to specify if they have a current production system that can meet the following minimum requirements: MINIMUM PERFORMANCE CAPABILITIES 1 Dual-frequency capability, nominally 200 / 400 kHz. 2 Swath width: minimum 125 degrees. 3 Beamwidths: TX nominal 0.5 degree, RX nominal 1.0 degree. 4 Pole, hull, and AUV mountable configurations 5 Capable of 100% along track coverage for all depths up to 10 kts. 6 Beam density, capable of 400 beams per ping. Beam modes including equal-distant spaced and equal-angle spaced. 7 Optional configuration for dual-head, simultaneous operation. 8 Roll and pitch stabilized. 9 Meets or exceeds latest IHO standards of uncertainty and feature detection for all orders with special order down to 40 meters depth. 10 User interfaces and controls to ensure real-time survey quality with minimal intervention. 11 Automated bottom tracking and sonar control. 12 Beamformed imagery/backscatter available. 13 Data acquisition and system control to external government computer systems via Ethernet LAN. 14 Operate within normal depth range of 0.5m to 400m 15 Interfaces to external government sensors via serial RS232 and Ethernet (navigation, attitude, sound velocity, time sync) 16 Manufacturers shall meet a production delivery lead-time of no more than 120 days A copy of the Draft SOW/PWS is posted at the SPAWARSYSCEN Atlantic E- Commerce Business Opportunity webpage. Firms are invited to submit the appropriate documentation, literature, brochures, and references necessary to support that they possess the capabilities necessary to meet or exceed the stated requirements. There is a limit of five (5) pages on data submitted. Responses shall be submitted by e-mail to Calvin Howard, Contracts Specialist Code 22530CH, at calvin.howard@navy.mil. Capability responses must include all of the following information: (1) name and address of firm; (2) size of business, including; total annual revenue, by year, for the past three years and number of employees; (3) ownership, including whether: Large, Small, Small Disadvantaged, 8 (a), Women-Owned, HUBZone, Veteran Owned and/or Service Disabled Veteran- Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) Cage code, DUNS Number (if available), NAICS code; (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a current list of customers for whom your company has manufactured and supplied similar shallow water multibeam sonar systems in the past five (5) years information shall include the following: (i) a summary of system and or services supplied, (ii) contract numbers, (iii) contract type, (iv) dollar value for each contract referenced, and (v) a customer point of contact with valid phone number (this information is required to verify offerors performance; the government may contact any reference for further validation; work not considered similar to the draft PWS will not be deemed as relevant.); (9) for each of the minimum capabilities cited in the table above, provide the following information (recommend using matrix or table format): (i) if your proposed system can meet each of the 16 requirements; (ii) if the capability has been tested; and (iii) if tested, state when and who performed the validation; Note: Do not include any documentation, or information for any company other than your own. This is an analysis of your companys abilities of what it can or cannot perform exclude any subcontractor information; 10) list your companys most current quality or process management system applicable to the facility where the system will be manufactured (e.g., ISO- 9001, CMMI maturity level assessment, etc.) (11) facility clearances, if held. Note: Teaming partnerships and joint ventures envisioned under FAR 52.219- 27(c) and (d) for Serviced Disable Veteran Owned Small Businesses, and FAR 52.219-3 (c) and (d) for HUBZone Businesses established to meet the provisions of FAR 52.219- 14 Limitations on Subcontracting should provide the information requested in items 1 through 11 above, on each of the teaming partners. NOTE REGARDING SOURCES SOUGHT SYNOPSIS: This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. The Government reserves the right to consider a set- aside for small businesses or one of the small business preference groups. (e.g., 8(a), SDVO, etc.). The applicable NAICS code is 334511 with a size standard of 750. The Government estimate for this effort is $25,000,000. Contractor must submit their responses via email by 2:00 pm, Eastern Time on 7 May 2009. We anticipate this being a firm fixed-price (FFP), single award type contract for a period of performance not to exceed seven (7) years. This is not a follow- on contract. Please reference No. N65236-09-R-0097 when responding to this posting.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=638bc3a2b4b76873310ede1b0b5d15e4&tab=core&_cview=1)
- Record
- SN01808475-W 20090506/090504220933-638bc3a2b4b76873310ede1b0b5d15e4 (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 |