MODIFICATION
58 -- HYDROGRAPHIC MULTIBEAM REPLACEMENT SONAR SYSTEM
- Notice Date
- 7/14/2009
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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
- N65236-09-R-0097
- Response Due
- 9/16/2009
- Archive Date
- 10/16/2009
- Point of Contact
- Point of Contact - Calvin L Howard, Contract Specialist, 843-218-5941; Donna Johnson, Contracting Officer, 843-218-5931<br />
- E-Mail Address
-
Contract Specialist
(calvin.howard@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCEN Atlantic, Charleston, SC intends to issue a Request forProposal (RFP) for the delivery and installation of the next generationHydrographic Multibeam Replacement Sonar System for the NavalOceanographic Office (NAVOCEANO). This system shall replace the existingmultibeam echosounders aboard Hydrographic Survey Launches (HSLs) andAutonomous Underwater Vehicles (AUVs). The new system is to providesignificantly greater spatial resolution, accuracy, coverage, and depth range.The proposed system and life-cycle support services shall include, but not belimited to the following areas: manufacturing and delivery of an estimated 25systems which includes equipment spares, installation, integration, training,and testing. The following is a list of minimum performance capabilities asspecified in the draft Performance Work Statement (PWS)/Statement of Work(SOW): (1) Dual-frequency capability, nominally 200 / 400 kHz. (2) Swathwidth: minimum 125 degrees. (3) Beamwidths: TX nominal 0.5 degree, RXnominal 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) Beamdensity, capable of 400 beams per ping. Beam modes including equal-distantspaced and equal-angle spaced. (7) Optional configuration for dual-head,simultaneous operation. (8) Roll and pitch stabilized. (9) Meets or exceedslatest IHO standards of uncertainty and feature detection for all orders withspecial order down to 40 meters depth. (10) User interfaces and controls toensure real-time survey quality with minimal intervention. (11) Automatedbottom tracking and sonar control. (12) Beamformed imagery/backscatteravailable. (13) Data acquisition and system control to external governmentcomputer systems via Ethernet LAN. (14) Operate within normal depth range of0.5m to 400m. (15) Interfaces to external government sensors via serialRS232 and Ethernet (navigation, attitude, sound velocity, time sync). The Government anticipates award of an Indefinite Delivery/Indefinite Quantity,Firm-Fixed-Price type contract. The procurement will be conducted under fulland open competition on an unrestricted basis. The applicable size standard is750 employees. The estimated release date for the formal RFP is 17 August2009. It is the offeror's responsibility to monitor this site for the releaseof theRFP and amendments (if any). Potential offerors will be responsible fordownloading their own copy of the RFP and amendments. No paper distributionof these documents will be provided. Direct technical questions concerning thewebsite to Ms. Robin Turner, 843-218- 4486.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-09-R-0097/listing.html)
- Record
- SN01875025-W 20090716/090715000545-2b3c36f8742d1fd1ef3900d87793ffc2 (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 |