SOLICITATION NOTICE
20 -- TECHNICAL SUPPORT FOR AUTONOMOUS UNDERWATER VEHICLES (AUV) AND REMUS SPARE PARTS - Sole Source J & A
- Notice Date
- 9/12/2012
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVOCEANO, CONTRACTS BRANCH (N112), BLDG 9134, STENNIS SPACE CENTER, Mississippi, 39522-5001
- ZIP Code
- 39522-5001
- Solicitation Number
- N62306-12-R-2000
- Archive Date
- 9/28/2012
- Point of Contact
- Karen J. Artis, Phone: 228-688-5291, Mona Fletcher, Phone: 228-689-8369
- E-Mail Address
-
karen.artis@navy.mil, mona.fletcher@navy.mil
(karen.artis@navy.mil, mona.fletcher@navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N62306-12-D-2000
- Award Date
- 8/23/2012
- Description
- REMUS AUV TECHNICAL SUPPORT AND SPARE PARTS The Naval Oceanographic Office, Stennis Space Center, MS intends to issue a sole source award to Hydroid Inc., POCASSET MA under the authority of 10 U.S.C. 2304(c)(1) and in accordance with FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. This requirement is for continued support of eight (8) NAVOCEANO REMUS (100m, 600m, 2500m and 6000m) Autonomous Underwater Vehicles (AUVs) for major and minor repair to include: manufacturing REMUS spare parts, software upgrades, testing of spare parts, technology refresh and upgrades, maintenance, AUV engineering and technical support, and training. Woods Hole Oceanographic Institution (WHOI) designed and developed Remus AUV's and licensed to Hydroid Inc., for production. Hydroid is the leading manufacturer of advanced, innovative AUV's for deep sea survey and mapping worldwide. No other company is authorized or licensed to produce REMUS specific parts and components. All components must be compatible in form, fit and function to the REMUS system as designed by WHOI. Attempting to repair the units without access to Hydroid's proprietary information would substantially increase risk to the Government. The resulting contract will be a Firm Fix Price, Indefinite Delivery/Definite Quantity type contract under NAICS Code 334511, business size 750 employees. The anticipated contract period is five (5) years: 12 month base year with four (4), 12 month option periods. This requirement is for commercial supplies and services and will be processed utilizing procedures in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 15 Contract by Negotiation. This synopsis is published for informational purposes only and is not a request for competitive offers. The anticipated award date is estimated at 19 Mar 2012. Any inquiries concerning this requirement are to be submitted in writing to the Contracting Officer. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N62306/N62306-12-R-2000/listing.html)
- Place of Performance
- Address: Hydroid Inc, 6 Benjamin Nye Circle, POcasset, Massachusetts, 02559, United States
- Zip Code: 02559
- Zip Code: 02559
- Record
- SN02880619-W 20120914/120913002342-49cf5661416f554acc98e3b02a41bcb8 (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 |