Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2017 FBO #5585
SOLICITATION NOTICE

15 -- Notice of Intent to Award Sole Source Contract for Littoral Battlespace Sensing Autonomous Undersea Vehicle (LBS-AUV)

Notice Date
3/7/2017
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
 
ZIP Code
92110-3127
 
Solicitation Number
N00039-17-R-0061
 
Response Due
3/23/2017
 
Archive Date
4/22/2017
 
Point of Contact
Point of Contact - Katie Melkun, Contract Specialist, 619.524.7155; Kate McCoy, Contracting Officer, 858-537-8845
 
E-Mail Address
Contract Specialist
(katie.melkun@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Command (SPAWAR), on behalf of the Program Executive Office Command, Control, Communications, Computers, and Intelligence (PEO C4I), Battlespace Awareness and Information Operations Program Office (PMW 120) intends to award a sole source contract to Hydroid, Inc. located at 1 Henry Drive, Pocasset, Massachusetts, 02559 to produce, deploy, and maintain Unmanned Undersea Vehicles (UUVs). This contract is intended to be a five (5) year (base year with four (4) one (1) year options) Firm-Fixed-Price (FFP)/Cost Plus-Fixed-Fee (CPFF) contract for a non-developmental item (NDI) UUV. The Littoral Battlespace Sensing Autonomous Undersea Vehicle (LBS-AUV) specifically provides improved coverage, accuracy and precision of environmental characterizations, enabling the warfighter to make tactical adjustments to asset allocation by optimizing sensor and weapon platform placement and modes of operation to increase tactical effectiveness while reducing timelines and risk to forces. They are moderately large, medium-endurance, electric motor-powered vehicles. The Government has a requirement to produce, deploy, and maintain AUVs that provide the Navy with an increased collection capability for persistent oceanographic data collection. The AUV consists of two variants, AN/WSQ-43 (V) 1 and AN/WSQ-43(V) 2. The first variant is launched off of Transportation Auxiliary, Geodetic Survey (T-AGS) and the second variant is launched from submarine dry deck shelters and torpedo tubes. In accordance with FAR 10, the Government released a Request For Information (RFI) for the purpose of conducting market research and to assess industry interest and capability to produce up to 16 non-developmental Full Rate Production (FRP) units, consisting of both LBS-AUV (AN/WSQ-43 (V) 1) and LBS-AUV Submarine (S) (AN/WSQ-43 (V) 2) variants. The RFI response period began 14 November 2016 and lasted four (4) weeks, closing on 15 December 2016. Hydroid Inc.'s proposed solution is the current system developed and produced in support of the LBS-AUV program. Hydroid, Inc.'s product solution is the only AUV system to achieve Milestone C (01 June 2012) for the Navy and the only system that meets the key performance requirements for deployment of at-sea and underwater LBS-AUV platforms. No other source responded that can achieve the requirements of this effort on a non-developmental item (NDI) basis. The authority for other than full and open competition is 10 U.S.C. 2304(c)(1) and FAR 6.302-1, Only One Responsible Source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals or a solicitation of offers. Responses to this notice of intent to award to Hydroid Inc. shall be submitted no later than fifteen (15) calendar days from the date of this synopsis to Kate McCoy, at Space and Naval Warfare Systems Command (SPAWAR), Code 2.1.2, Building OT4, San Diego, CA 92110-3217, (858) 537-8845 or kate.mccoy@navy.mil. Responses received after that date will not be considered. All responsible sources may submit a capability statement. The North American Industry Classification System (NAICS) code for this requirement is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/N00039-17-R-0061/listing.html)
 
Record
SN04426472-W 20170309/170307235330-c6f17c93ee4ab6b65d2ddb7da2e774ec (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.