SOURCES SOUGHT
A -- Development, Demonstration, and Integration of Unmanned Systems with Submarine Platforms
- Notice Date
- 9/9/2016
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-16-R-6426
- Archive Date
- 10/26/2016
- Point of Contact
- PETER AGYEI-SARPONG, Phone: 2027813600
- E-Mail Address
-
peter.agyei-sarpong@navy.mil
(peter.agyei-sarpong@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is an RFI for planning purposes only, as part of a market survey led by PMS 394, Advanced Undersea Systems Program Office, Naval Sea Systems Command (NAVSEA). This is not a Request for Proposal (RFP). NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Background/ Description: The Unmanned Systems (UxS) Division of PMS 394 enables the development, demonstration, and integration of UxS (including UUVs, undersea-launched UAVs, and unmanned undersea/aerial systems of systems) with submarine platforms. Rapid fielding of unmanned systems is a Chief of Naval Operations (CNO) priority and a warfighter requirement to close capability gaps and counter evolving threats in the undersea domain. The mission of the PMS 394 UxS Division is to provide the US Navy submarine force with unmanned systems intended for a range of capabilities and undersea warfare mission sets. Success in this mission relies heavily on the development of modularity, commonality, open architectures, standard IT protocols, and standard vehicle/payload interfaces. As a basis for experimentation, modification, and subsequent integration, a foundation of mature and proven systems is required from the outset. In addition, systems and technologies lacking maturity but with a high degree of potential for development will be required to stimulate continuous improvements and increased capabilities. PMS 394 is interested in companies that have Non-Developmental or Commercial Off-The-Shelf (COTS) unmanned systems that are able to be rapidly adapted and modified to support testing and demonstration with a focus on fielding for operational employment with submarines in the undersea domain. Additionally, PMS 394 is examining the scope of industry capability to mature developmental unmanned systems for the purposes of operation and integration with submarine platforms. There is desire to gauge interest and capability in providing the systems themselves, but more so in the associated development, engineering, modification, testing, implementation, operations and maintenance support required for submarine integration and fielding. The program office will develop its acquisition approach partly based upon the responses to this request for information. Requested Information: PMS 394 is interested in systems that are nearly ready to field and would only require minimal adaptation to meet submarine integration requirements. However, there is also interest in less mature systems that show strong promise for development and implementation onboard submarines. Respondent is requested to provide information on the following: a) Industry's ability and interest in providing the Government with technologically mature unmanned systems and the associated development, engineering, modification, testing, implementation, operations and maintenance support required for submarine integration and fielding of submarine launched and unmanned underwater and unmanned aerial vehicles; b) Ability and experience related to cradle-to-grave development, production, testing, integration, operation, and sustainment of unmanned systems, including complete material, technical documentation, configuration management, and logistics support. c) The ability to rapidly ramp up a production line; d) Manufacturing capability and capacity to include: manufacturing/assembly location(s), available floor space, production capacity/throughput, equipment/tooling, and availability of skilled workers; e) Relevant certifications (e.g., ISO 9000); f) Industry's ability to provide Field Service Representative Support (CONUS and OCONUS) and rapidly mobilize said support; g) Recommendations on how Industry can help the Government efficiently and effectively execute production, testing, integration activities, and long term sustainment. Response Format: Interested firms who believe they are capable of providing systems engineering, production, operations, maintenance, and support of unmanned systems are invited to indicate their interest by providing; (a) company name, company address, overnight delivery address (if different from mailing address), cage code, point of contact, e-mail address, telephone number, fax number; and (b) business size and unique qualifiers (e.g., large, small disadvantaged, veteran owned, woman owned, etc.) Responses should be submitted electronically, in Portable Document File (PDF) format, and be limited to 75 pages. Respondents should submit their synopsis (commonly referred to as white paper) which outlines capabilities based on the ability to meet the requirements outlined in this document. The written capabilities submitted by business vendors should demonstrate the ability to successfully perform the required capability / technology that is either currently on the shelf or in a detailed design state that could be delivered within xx months or xx years. Specific information describing how the proposed systems meet the requirements is requested. If a potential systems do not meets some of the performance requirements, respondents are asked to highlight what can be met and what cannot. For those performance requirements that cannot be met, please detail the level and/or reason for the shortfall. The Navy invites both large and small businesses to address the questions below. The applicable North American Industry Classification System (NAICS) for this requirement is 334511. Interested small business concerns who are certified and qualified as small business under NAICS 334511, and registered in the Central Contractor Register (CCR) under NAICS 334511 shall provide evidence that the company can supply the required supplies. If you are a Small Business that performs on contracts under NAICS 334511 and plan on responding to this RFI, please provide information relative to past performance and/or experience providing the supplies requested above. Information should be sufficient to demonstrate the ability to provide this requirement to include (i) Business size, average numbers of employees and approximate annual gross revenue; (ii) specific small business status (if applicable) for your company whether (a) HUB Zone Small Business; (b) Small Disadvantaged Business; (c) 8(a) Firm; (d) Women-owned Small Business; (e) Service-Disabled Veteran-Owned Small Business; (f) Veteran-Owned Small Business; and (g) other (explain); (iii) company's name, CAGE code, DUNS, Tax ID Number (TIN), address, point of contact, telephone number, and e-mail address. All responses must be provided no later than 1700 EST 11 October 2016. Firms should provide their information via e-mail to Peter Agyei-Sarpong, at peter.agyei-sarpong@navy.mil. The Government does not commit to providing a response to any comment or questions. The Government will use the information provided in response to this notice to support on-going initiatives within the Navy. These initiatives may ultimately result in the Government developing and issuing a RFP. NAVSEA provides the above for information only. This is not a RFP or announcement of a solicitation. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. The Government will not provide compensation for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. No basis for claim against the Government shall arise as a result of this announcement or for Government use of any information provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-6426/listing.html)
- Record
- SN04265597-W 20160911/160911093213-282d6b050cacd4aa896ba2472353d6d4 (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 |