SOLICITATION NOTICE
A -- Unmanned Undersea Vehicle (UUV) Mine Sweeping Swarm
- Notice Date
- 2/15/2023 8:31:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- NUWC DIV NEWPORT NEWPORT RI 02841-1703 USA
- ZIP Code
- 02841-1703
- Solicitation Number
- N66604-23-Q-0169
- Response Due
- 2/24/2023 11:00:00 AM
- Archive Date
- 03/11/2023
- Point of Contact
- Franklin Patton, Phone: 4018326525
- E-Mail Address
-
franklin.k.patton2.civ@us.navy.mil
(franklin.k.patton2.civ@us.navy.mil)
- Description
- This is a combined synopsis and solicitation for commercial supplies prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This notice will be posted for less than 15 days in accordance with FAR 5.203(a)(2). Request for Quotation (RFQ) number is N66604-23-Q-0169. The Naval Undersea Warfare Center (NUWC) Division Newport has identified a need for further research in the area of swarming. This includes evaluation of methods for localization, navigation and communications for coordinated multi-UUV swarming operations. Cooperative and coordinated multi-unmanned underwater vehicle (UUV) operations have enormous potential to introduce novel capabilities for the Navy, including enhanced battlespace awareness and environment intelligence gathering, mine warfare, surveillance, and anti-submarine warfare countermeasures. Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award the following on a Firm Fixed Price, Sole Source basis to Woods Hole Oceanographic Institution (WHOI) in accordance with the Statement of Work (SOW). CLIN 0001: Field test sub-systems on a NUWC UUV, fabricate as well as integrate and test components on UUVs, and develop multi-UUV underwater acoustic collaboration algorithms in accordance with the Statement of Work. Period of Performance from time of contract award to 09/30/2023. CLIN 0002: Data This procurement is intended as a sole source requirement and will be solicited on an unrestricted basis as concurred with by the NUWCDIVNPT Office of Small Business (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 541512. The Small Business Size Standard is $30 million dollars. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The CDRLs are distribution rated D and is available upon request by providing the prospective offeror�s JCP certified individual�s contact information to Franklin.K.Patton2.civ@us.navy.mil, and additional information is available within the RFQ document. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items applies to this solicitation. Clauses FAR 52.204�24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 52.204�25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment, �52.212-4, Contract Terms and Conditions Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, and Clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, apply to this solicitation, 252.204-7019Notice of NIST SP 800-171 DoD Assessment Requirements, 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Attached), DFARS 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. 508 Standards are exempt for this requirement. In order to be determined technically acceptable; (1) the offeror must provide the required services in accordance with the above CLIN structure and specifications.; (2) the Government may consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within SPRS may render a quote being deemed technically unacceptable. Offerors must be registered in System for Award Management (SAM) prior to award. Registration information can be found at https://www.sam.gov. The Government�s preferred method of payment is via Wide Area Workflow (WAWF). FOB Destination, Newport, RI 02841-1708. Please provide a quote no later than Thursday, February 17, 2022 at 1400 EST to franklin.k.patton2.civ@us.navy.mil. The quote must have a validity of at least 30 days. If you have any questions or concerns please feel free to contact me. Thank you. Enclosures: Statement of Work Contract Data Requirements List FAR 52.204-24 Representation Sole Source Justification (Redacted)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a4c81a0ad022460696326507c6b31b84/view)
- Place of Performance
- Address: Woods Hole, MA 02543, USA
- Zip Code: 02543
- Country: USA
- Zip Code: 02543
- Record
- SN06592190-F 20230217/230215230113 (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 |