Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2020 SAM #6937
SOLICITATION NOTICE

66 -- Autonomous Vehicle Water Survey System

Notice Date
11/24/2020 10:39:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
 
ZIP Code
02841-1703
 
Solicitation Number
N6660421Q0116
 
Response Due
12/3/2020 2:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Carrie Rochelle, Phone: (401) 345-8648
 
E-Mail Address
carrie.rochelle@navy.mil
(carrie.rochelle@navy.mil)
 
Description
Amendment 0001: This combined synopsis/solicitation is amended effective 11/24/2020. The purpose of this amendment is to change the Title of this opportunity and the CLIN Description from ""Autonomous Swarm Survey System"" to ""Autonomous Vehicle Water Survey System"" and to upload as a new attachment a revised Minimum Specifications document.� The previous Minimum Specifications document is hereby deleted. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is N6660421Q0116.� The solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2020-09 / Effective Date 10-26-2020 (iv) This procurement is not set aside to any small business program, as concurred with by the Naval Undersea Warfare Center, Division Newport Office of Small Business Programs and the Small Business Administration Procurement Center Representative. (v) A list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable). CLIN� Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �QTY�������UoM 0001� �Autonomous Vehicle Water�Survey System� � � � � � � � � � � � � � � � � � � � � 1� � � � � � Each � � � � � �in Accordance With the Minimum Specifications (Attached) � � � � � �Firm Fixed Price (FFP) 0002� �Shipping Charges (if applicable)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1� � � � � � Lot �����������FFP (vi) Description of requirements for the items to be acquired: The Naval Undersea Warfare Center, Division Newport, Code 70 Waterside Security Program requires an autonomous system meeting the minimum specifications (see Attachment) to collect environmental information, specifically conductivity, temperature, and depth (CTD) of water. The Code 70 Waterside Security Program focuses on the defense of critical assets in ports, harbors, and along the shoreline.� In support of the U.S. Navy, the Waterside Security Program develops anti-threat measures in a littoral and near-shore area.� The Waterside Security Program utilizes a Waterside Security System (WaSS) to meet this objective. In order to provide the most accurate data to aid in decisions, the WaSS must be able to retrieve environmental information, such as water CTD.� The ability to acquire a small (<1 m length, <20 lbs.), man-portable and man-deployable autonomous vehicle system is critical for a seamless integration into the WaSS.� A group�capability using at least three vehicles allows for three simultaneous CTD measurements, thereby providing more extensive coverage and more efficient data collection of the water space.� The autonomous capability will allow environmental data to be collected without boat operation, thereby saving costs. (vii) Date(s) and place(s) of delivery and acceptance and FOB point. Date of delivery:� TBD Place of delivery and acceptance: � Receiving Officer, Naval Station Newport 47 Chandler Street Newport, RI 02841���� FOB point: Destination (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (ix) The evaluation procedures to be used. Lowest Price Technically Acceptable.� Award will be made to the responsible offeror providing the lowest price technically acceptable quote.� Technical acceptability means meeting the Minimum Specifications (see Attachment). (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to the acquisition: � 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act Alternate II 52.225-13, Restrictions on Certain Foreign Purchases (xiii) Additional contract requirement(s) or terms and conditions. The provision at 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluations, applies to this acquisition. Offerors must be actively registered in the System for Award Management (SAM) to be eligible for award.� Instructions for registration are available on the SAM website. (https://www.sam.gov/SAM/) If the unit cost is more than $5,000.00, then the clause at 252.211-7003, Item Unique Identification (UID) and Valuation, applies to this acquisition. The Government's preferred payment method is via the Government Purchase Card (GPC).� Note: Fees apply to the GPC.� If the GPC is not used, payment will be made via the Wide Area Workflow (WAWF).� If UID applies, payment must be made via WAWF and the UID is entered into WAWF. (xiv) The Defense Priorities and Allocations System (DPAS) and the assigned rating:� Not Applicable (xv) The date, time and place offers are due. Date:�� December 03, 2020 Time:� 5:00 pm Eastern Standard Time Place:� e-mail to carrie.rochelle@navy.mil (xvi) The name and telephone number of the individual to contact for information regarding the solicitation:� Carrie Rochelle, (401) 345-8648, carrie.rochelle@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89ba29bce7704038a135d4305873b023/view)
 
Record
SN05860569-F 20201126/201125053805 (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.