Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOLICITATION NOTICE

K -- Intent to Sole Source: REMUS-600 AUV Engineering Services

Notice Date
6/27/2014
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Division Newport, Simonpietri Drive, Newport, Rhode Island, 02841-1708
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-14-Q-2617
 
Archive Date
7/29/2014
 
Point of Contact
Nicholas P Sanginario, Phone: 4018326587
 
E-Mail Address
nicholas.sanginario@navy.mil
(nicholas.sanginario@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NUWCDIVNPT intends to award a Firm Fixed Price contract on a sole source basis to Woods Hole Oceanographic Institute (WHOI), Woods Hole, MA for services to assess the performance of the optical communication system that is installed on the existing REMUS-600 AUV's as well as support at sea shipboard events. Required Period of Performance is date of award through 30 OCT 2014. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) is tasked with assessing the performance of the optical communication systems used on existing Commander Submarine Forces (COMSUBFOR) owned Remote Environmental Monitoring Unit (REMUS)-600 Autonomous Undersea Vehicle (AUV) system during an at sea test event onboard a host submarine. The basis for the sole source designation is that the REMUS-600 AUV system was designed and developed by Woods Hole Oceanographic Institute (WHOI). As part of development, WHOI licensed, and patented the software and hardware that is incorporated into the REMUS-600 AUV functionality as well as proprietary encryption software that was developed and certified to meet high classification levels. In order to conduct the at sea test event, the existing REMUS-600 AUV system requires an optical communication system to augment the communication equipment that is currently built into the original system. NAICS code is 541712; size standard is 500 employees. Further details will be released upon issue of RFQ # N66604-14-Q-2617 anticipated on 15 July 2014. The proposed contract action is for services for which the Government intends to negotiate with only one source under the authority of FAR 6.302. Interested vendors may identify their interest and capability to respond to the requirement by submitting a technical capability statement demonstrating an ability to meet the requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract 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. Oral communications are not acceptable in response to this notice. Capability statement and questions shall be submitted to Nick Sanginario at nicholas.sanginario@navy.mil. Capability statements received after 14 July 2014 at 2:00 p.m. Eastern Time will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-14-Q-2617/listing.html)
 
Place of Performance
Address: TBD, Newport, Rhode Island, 02841, United States
Zip Code: 02841
 
Record
SN03408928-W 20140629/140627234834-f46bbdbfe218d13849b268f79d259ca9 (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 |
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.