SOLICITATION NOTICE
66 -- A sonar mount for mounting system
- Notice Date
- 5/18/2021 10:33:47 AM
- Notice Type
- Presolicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NAVSUP FLT LOG CTR SAN DIEGO SAN DIEGO CA 92136 USA
- ZIP Code
- 92136
- Solicitation Number
- N0024421Q0158
- Response Due
- 5/25/2021 12:00:00 AM
- Archive Date
- 06/09/2021
- Point of Contact
- Patricia Castillo 6195565942
- E-Mail Address
-
patricia.castillo1@navy.mil
(patricia.castillo1@navy.mil)
- Description
- Naval Supply Systems Command Fleet Logistics Center San Diego intends to negotiate and award a firm fixed price purchase order to Universal Solar Mount Inc., for 1 mounting system for a large sonar system on a sole source basis under the authority of FAR 6.302-1(b)(1); Only one responsible source and no other supplies or services will satisfy agency requirements. There are no known alternatives in the market that can satisfy the minimum Government specifications for wearable activity monitors. Minimum Specifications: A sonar mount for a rigid hull inflatable boat is required to perform acoustic surveys. A sonar mount is requested that can be used on a rigid hulled inflatable boat (RHIB). This system must be able to transit with the sonar and mounting pole out of the water, and must be able to be rotated inwards so that the sonar and mounting pole does not come into contact with the trailer that transports the RHIB to and from the water. Specific requirements are as follows: This system shall have a pole 5 feet in length that connects the sonar system (which can be a bare transducer with a mount, or a combination of a sonar transducer and processor with a mount), to a rigid connector onboard the RHIB. Since the NPS RHIB does not have such a rigid connector, a frame shall also be provided that provides a way to mechanically attach the pole to the RHIB. For example, this frame A method to move the pole from a vertically oriented position (for the acoustic surveys), to a horizontally oriented position (for transiting) shall be provided. This method should be powered, so that heavy sonar loads (about 80 kg) can be used. This could include, e.g. a motor requiring shore power, or require the use of a battery-powered drill. A method to secure the pole inside the RHIB while in the horizontal transit position shall be provided. If the pole is in the horizontal position, it is necessarily positioned over the water, and sticks out from the boat. This position may interfere with attaching the RHIB to a trailer, so the pole must be able to be moved onto the boat. The pole shall terminate in a mounting plate to which various sonar systems can be attached. Oceanography staff will handle developing interfaces between sonar systems, and mount that is on the pole. Dimensional drawings of this pole termination plate are required. A safety mechanism shall be included so that they RHIB can be de-coupled from the pole (or RHIB mounting system) in case the sonar becomes tangled, or the RHIB is in danger of being submerged. Contractor must have a demonstrated history of providing high-quality mounting systems for acoustic and hydrographic surveys. Successful bids must show demonstrated history. End-users of these systems could be either Navy or non-Navy acoustics researchers or hydrographers. Delivery Schedule: Delivery shall be within 30 days after receipt of order. Place of Delivery: Naval Postgraduate School, 1 UNIVERSITY CIRCLE PRESIDENT MONTEREY, CA 93943-5000 United States The North American Industry Classification System (NAICS) code is 334519, Other Measuring and Controlling Device Manufacturing. There will be no written solicitation issued. This is an intent to purchase a sole source procurement under the authority of FAR 6.302-1. This will be a Firm-Fixed Price (FFP) contract utilizing Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The contractor needs to be registered in the DoD System for Award Management (SAM). Register via the SAM website https://www.sam.gov, and also be eligible to process invoices through Wide Area Workflow (WAWF). Register via the WAWF website https://wawf.eb.mil. Those capable of meeting the minimum requirements for a sonar mount are requested to provide the following information in their response: 1) Current capability that demonstrates your companys ability to meet the above requirement, 2) Company name, point of contact, e-mail address, telephone and fax numbers, type of business and size, Cage Code and DUNS number. IMPORTANT NOTES: 1) Information submitted will not be returned to the respective respondents. Oral submissions of information are not acceptable and will not be accepted in response to this notice. 2) Respondents may respond via e-mail no later than25 MAY 2021, 12:00 pm, Pacific Standard Time (PST) to patricia.castillo1@navy.mil If no responsible, responsive offers are received by the above date, a sole source contract will be issued to Universal Solar Mount, Inc. under the authority of FAR 6.302-1.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a4592d3658a34fc49bff69a9a74149e5/view)
- Record
- SN06005987-F 20210520/210518230119 (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 |