SOURCES SOUGHT
19 -- SOURCES SOUGHT: Combat Craft Medium
- Notice Date
- 5/29/2024 1:25:19 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
- N0002424MR20549
- Response Due
- 5/31/2024 12:00:00 PM
- Archive Date
- 06/01/2024
- Point of Contact
- Rufus Brown, Phone: 2027811451
- E-Mail Address
-
rufus.brown12.civ@us.navy.mil
(rufus.brown12.civ@us.navy.mil)
- Description
- This is Source Sought notice is being issued by the Department of the NAVY, Naval Sea Systems Command (NAVSEA). NAVSEA Program Executive Office (PEO) Unmanned and Small Combatant (USC) US Navy and Foreign Military Sales Boat and Crafts Program Office (PMS 300) has a requirement for award of a Firm-Fixed-Price contract on a brand name basis. It is the Government intention to procure a new Tactical Computing System (TCS)/ Navigation System, Communication Integration Equipment, and Intercom system for a medium sized combatant craft.�� It is the Government�s intention to procure these products on a brand name basis.� Accordingly PMS 300 is requesting information from any and all interested sources in order to make an informed determination regarding procurement strategy.� All technology, documentation, and logistics support must be exportable to US European Allies.� �� Tactical Computing System/ Navigation System The Tactical Computing System (TCS)/ Navigation System needs to consist of a Global Navigation Satellite System (GNSS) Satellite Compass, 2 GNSS Military GPS compatible with M-CODE, Digital Multi-log Speed and Temp Sensor, ability to interface to the following specified equipment: DRS4D 4KW 24-inch Radome Furuno Radar Scanner Furuno BBDS1 Depth Sounder Furuno PG-700 Digital Heading Sensor iXblue Phins IMU 120 Surface Inertial Navigation System Head Sensor Vector Control System MTU Bluevision Engine Control System Multiple Tactical Radio systems TCS/NAV System shall also provide Navigation and Control software that is compatible with Sea Cross computing hardware and Curtis Wright GVDU4310-000 Tactical Monitors, as well as the interfaces as defined above. The aforementioned systems need to meet the following requirements: -GNSS Satellite Compass - Utilize at a minimum 4 GNSS Satellites and can calculate heading, pitch, roll, and heave. -Digital Multi-Log Speed and Temp Sensor- Hull pass through technology that must utilize electromagnetic sensors for speed vice any paddlewheel design. Intercom System The intercom system must meet the following requirements: Interface with at least 5 Communications systems outside of the intercom system Be a hub and node cable system, vice ethernet or wireless Provide� enough nodes for 16 Headset connections, while only utilizing 2 Hubs Weigh less than 50lbs as an entire system Be able to be certified for classified communications Be available NLT 4 Months after order placed Communication Integration Equipment The Communication Integration Equipment must meet the following requirements: Compact: Unit can be no larger than 6�H x 6�W x 12�D Lite Weight: Less than 18lbs Capable of simultaneous operation of VHF/UHF and Link 16 Or �simultaneous operation of two channels of VHF/UHF Interoperability with traditional narrowband waveforms SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required items to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements. Interested parties possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this Sources Sought via a submission of an executive summary, no more than 15 pages (including cover pages) describing the product summary, complete technical characteristics, and training and spare parts support capability. �The cover page shall include the company name, address, CAGE code, Business Size Status for the North American Industry Classification System (NAICS) code of this Sources sought and points of contact (names, email, and telephone numbers) at a minimum. ��Also to be included in the response: Company name, address, email, telephone number, point(s) of contact Commercial and Government Entity (CAGE) Code Size of business pursuant to North American Industrial Classification System (NAICS) code 336992 Lead time of material post contract award. Exportability of the both the technology and documentation to Foreign Partners Supportability of the technology OCONUS Be advised that any proprietary information must be marked as such on a page-by-page basis.�� The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on a page-by-page basis.� Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted. The Government WILL NOT PAY for any information received in response to this Sources Sought, and the Government will not compensate the respondent for any cost incurred in developing the response to this Sources Sought. Please do not submit proposals at this time. This Sources sought is for market research purposes only and does NOT constitute a Request for Proposal (RFP).� This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This Source Sought Notice is used solely for conducting market research in accordance with FAR PART 10 and gathering information for planning purposes. The Government is only seeking sources/ information for market research to determine availability of commercial capabilities in the described areas to obtain feedback on its acquisition approach.�� Acknowledgement of receipt will not be made.� Submittals will not be returned to the sender and respondents will be notified of any market research results.� It is the interested party�s responsibility to check the System for Award Management (SAM) website to get additional data.� �Responses shall be submitted via email to Rufus Brown at rufus.brown12.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7ab49a923ac4af7832664c4189916a8/view)
- Record
- SN07080172-F 20240531/240529230100 (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 |