SOURCES SOUGHT
W -- Dry Submersible System with Diver Lock-in/Lockout (LI/LO) Capability
- Notice Date
- 2/2/2015
- Notice Type
- Sources Sought
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- H92222-15-DrySubmersible
- Archive Date
- 3/10/2015
- Point of Contact
- David M.Tenenbaum, Phone: 813-826-6970, Janina Lewis, Phone: 813-826-8909
- E-Mail Address
-
david.tenenbaum3@socom.mil, janina.lewis.ctr@socom.mil
(david.tenenbaum3@socom.mil, janina.lewis.ctr@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for informational purposes only. This is not a request for proposal (RFP). It does not constitute a solicitation and shall not be construed as a commitment by the Government. Requests for a solicitation will not receive a response. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. The purpose of this Sources Sought Notice is to obtain market research knowledge that will enable the Government to make appropriate decisions and to gain knowledge of potential qualified sources interested and capable of performing the work. United States Special Operations Command (USSOCOM) seeks to lease a commercial-off-the-shelf (COTS), International Association of Classification Societies (IACS) classed, dry submersible system with diver lock-in/lockout (LI/LO) capability in June 2015 for a three month base and two 1-month option periods. The submersible will be operated out of and maintained at the contractor's facility for research and test. The contractor shall operate, sustain and maintain the submersible's IACS Class certification. The dry submersible shall have room for two crewmen with submersible controls permitting one-man operation or shared two-man operation, and room for four swimmers and a divemaster in a passenger compartment. The passenger compartment may be used for LI/LO operations, capable of locking out at least four swimmers in a single lock-out cycle. The dry submersible shall be capable of sustained submerged speed of at least five knots for no less than two hours and capable of transiting at least ten nautical miles at five knots on a single battery charge. The dry submersible will be limited to operate in less than a 100 ft. water column with diver LI/LO limited to 30 ft. (bottomed only). The dry submersible shall be conducting three short missions each week, of no less than three hours with total of seven personnel onboard and one long mission of no less than six hours with total of seven personnel onboard. The dry submersible shall be capable of launch and recovery using appropriate lifting and rigging equipment from shore based facility or a surface ship. The dry submersible shall be able to accommodate insertion of a large format lithium-ion battery being provided as GFE for demonstration. The dry submersible shall be able to accept power from four dedicated battery pressure vessels external to the pressure vessel for human occupancy (PVHO). The battery pressure vessels with batteries have the following characteristics a) approximate weight 1400 pounds, b) approximate length 8 feet and c) approximate inner circular diameter 18 inches. The dry submersible shall be able to accept two high-voltage (~300VDC) power inputs operating in parallel. The dry submersible shall be able to accommodate a battery management system with components internal to the PVHO available to the vessel pilot and/or copilot. The contractor shall assist Government personnel in researching, testing and evaluating the Government's embarkation safety process, submersible test processes and procedures, submersible navigation and piloting qualification standards, operating procedures (OPs), engineering procedures (EPs), swimmer LI/LO procedures, emerging power and energy technologies, and development and testing of other sub-systems with cross-platform potential for other submersibles. If your organization has the potential capacity to perform this contract services, please provide the following information: 1) Organization name 2) Cage Code 3) DUNS Number 4) Address 5) E-mail Address 6) Web Site Address 7) Telephone number 8) Size and type of ownership for the organization 9) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The total number of pages shall not exceed 10. NOTE: Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing requests for information (RFI) responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Submission Instructions: Interested parties who consider themselves qualified to perform above-listed services are invited to submit a response to this Sources Sought Notice no Later than February 27, 2015 4:30 PM Eastern Standard Time. All responses under this Sources Sought Notice must be submitted to Mr. David M. Tenenbaum via e-mail at david.tenenbaum3@socom.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-15-DrySubmersible/listing.html)
- Record
- SN03630588-W 20150204/150202234723-5026e0211aed925b7b97bdcb955be41c (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 |