Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 26, 2020 SAM #6876
SOURCES SOUGHT

19 -- Modified Medium Remotely Operated Vehicle (ROV)

Notice Date
9/24/2020 1:40:54 PM
 
Notice Type
Sources Sought
 
NAICS
336612 — Boat Building
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N0002420R6102
 
Response Due
11/12/2020 8:59:00 PM
 
Archive Date
11/27/2020
 
Point of Contact
Bebe Minger, Phone: 202-781-4892, Matthew Hubbard, Phone: 202-781-4413
 
E-Mail Address
bebe.minger@navy.mil, matthew.r.hubbard@navy.mil
(bebe.minger@navy.mil, matthew.r.hubbard@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THERE WILL NOT BE A SOLICITATION OR DRAWINGS AVAILABLE. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. Description This is a Sources Sought notice as identified in FAR 15.201(e) for an effort that has not previously been contracted. The Department of the Navy is requesting information regarding industry's capabilities and experience related to maritime Remotely Operated Vehicles (ROVs). For the�applicable NAICS (336612), the Small Business Size Standard is 1,000 employees. Purpose This Sources Sought notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Submarines (PEO SUB) Advanced Undersea Systems (PMS394) Program Office. The Navy would like to gauge industry current capability for production readiness to provide a medium�Remotely Operated Vehicle (ROV) that meets the below criteria within one year of award. Medium ROVs must be capable of being launched from a U.S. Navy submarine torpedo tube while the submarine is in motion.�The Navy is interested in the full potential of industry responses to include small businesses and in leveraging existing vehicle designs that can be modified to rapidly bring additional capabilities to the undersea domain. Interested parties should submit a whitepaper (or similar narrative) that addresses the following�Technical Information and Potential Solutions: A.� Overall technical approach for modifying existing ROVs to support Torpedo Tube Launch and�Recovery (TTL&R)(688 and Virginia Class), along with examples of successful previous work in this area. Identify modifications� to the vehicle/system to integrate with the submarine weapons shipping and handling system torpedo room and torpedo tube. This includes the ability to launch and recover the ROV from the torpedo tube of a moving submarine. Provide any existing examples if available. Shock; Launch dynamics analysis; Tether management; and System ability to be indexed and loaded by the weapons shipping and handling system. Describe the command and control link (C2) methodology, provide successful examples if available. Overall technical approach for payload integration and modular upgrades. Reference any existing NAVSEA-approved alteration package (example: Temporary Alteration (TEMPALT)) that has been approved to allow the proposed ROV solution to operate from U.S. Navy submarines. Identify potential payload volume envelopes. Identify potential power sources. Describe the effort needed to maintain these systems on multiple classes of submarine in a maritime and deployed environment. B.� Anticipated timeline for development, production, alteration,��generation, NAVSEA review and approval, and submarine integration of a torpedo tube launched medium-sized ROV, as the Navy requires a production-ready capability by September 2021.� The following Government Furnished Information would be provided: Top Level Requirements (TLR); and Shock and Fire Enclosure Capsule (SAFECAP) Interface Control Document (ICD) In addition to addressing the technical information and solutions identified above, respondents should provide the following company information: 1.� Company name, address, DUNS number, CAGE code, tax identification number,�and designated point(s) of contact, including phone numbers and e-mail addresses. 2.� Identify classified facility and secured spaces to handle the ROV effort. 3.� If a small business, identify type of small business (e.g., 8(a), HUBZone, service-disabled veteran-owned, or women-owned). 4.� Identify Government or commercial contracts within the last five (5) years with similar scope and provide a brief overview of company responsibilities and outcomes. Sources Sought responses�shall be UNCLASSIFIED and shall not exceed ten (10) pages in length. (The company information may be in a cover page format and is not subject to the page limitation.) Submissions shall be in Microsoft Word 2010 or searchable Adobe Acrobat Portable Document Format (PDF). Each submission should include one electronic (virus scanned) copy sent via e-mail to BOTH points of contact identified below. Please submit your email with the subject line, ""PMS394 Modified ROV Sources Sought: [Contractor Name]."" Submit information in soft copy only. Telephonic and oral responses are not acceptable. All responses must be received on or before the ""Response Date"" deadline specified above. NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE. All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice. DISCLAIMER AND IMPORTANT NOTES This Sources Sought notice is issued for informational and planning purposes only and is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition sensitive may be protected from disclosure under the public records law only if properly labeled as such. The Government may not respond to any specific questions or comments submitted in response to this sources sought notice or information provided as a result of this sources sought. Any information submitted by respondents as a result of this sources sought notice is strictly voluntary. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy and future solicitation. If a solicitation is issued, it will be announced later via FedBizOpps and all interested parties must respond to that solicitation announcement separately from to the response to this sources sought. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ea84054bd08a491f9470188ca4785b9a/view)
 
Record
SN05810695-F 20200926/200924230218 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.