SOLICITATION NOTICE
66 -- Purchase 2 REMUS AUV Simulators
- Notice Date
- 8/20/2012
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- EA-133C-12-RQ-1127
- Archive Date
- 9/19/2012
- Point of Contact
- Janie M Laferty, Phone: 757-441-6875, Robin Resweber, Phone: 757-441-3182
- E-Mail Address
-
Janie.M.Laferty@noaa.gov, robin.resweber@noaa.gov
(Janie.M.Laferty@noaa.gov, robin.resweber@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), and the Eastern Region Acquisition Division (ERAD) Simplified Acquisition Branch on the behalf of the National Ocean Service (NOS), specifically, the Coast Survey Development Lab intends to negotiate on a sole source basis with Hydroid, Inc. using the procedures in FAR Parts 6 and 13. The Coast Survey Development Lab (CSDL) requires the purchase of two (2) Remove Environmental Measuring Units (REMUS) Autonomous Underwater Vehicle (AUV) Simulators for mission simulation and verification of government owned AUVs. Collaborative operations with the U. S. Navy and other REMUS users have demonstrated the advantage of using a Simulator to validate complex mission plans. These units are proprietary in nature and specific to the vehicle they will work with. As CSDL owns and operates two (2) different Hydroid REMUS vehicles, it is necessary to purchase two (2) Vehicle Simulators. Autonomous vehicle operations are costly and risk of loss or failure is high. The capability to simulate the mission independent from the vehicle, in the native format of the REMUS AUV system, will reduce the risks inherent in autonomous operations by allowing AUV operators an opportunity to build and verify the robustness of the mission plan and predict the response and activity of the AUV prior to deployment. These simulators will also serve to provide a realistic training scenario, without the risk of loss or damage, for current and future operators. The statutory authority for other than full and open competition is 41 US 253(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source. The applicable NAICS code is 334511 with a Small Business Size Standard of 750 employees. This notice of intent is not a solicitation for competitive quotes, however, if any other interested party believes it can meet the requirements, it may submit a statement of capabilities, which if timely received, shall be considered by the Government. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow ERAD to determine if the party can meet all of the foregoing requirements. Responses must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates the quote meets all of the foregoing requirements. Capability statements and related materials must be emailed to: Janie.M.Laferty@noaa.gov by 10:00 AM EST on September 4, 2012. A Firm Fix-priced purchase order will be made using FAR 13, Simplified Acquisition Procedures, current through FAC 2005-60. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to perform the requirement. Responses to this notice, if any, must show clear and convincing evidence that competition would be advantageous to the government. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at https://SAM.gov. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. Inquiries will only be accepted via email to Janie.M.Laferty@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-133C-12-RQ-1127/listing.html)
- Place of Performance
- Address: U. S. Department of Commerce, NOAA, NOS, Coast Survey Dvelopment Lab, 1315 E-W Hwy, SSMC-3 Rm 7853, Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN02846615-W 20120822/120820235512-1ff375d67d1a6fb07acf3f397886a40c (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 |