Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2003 FBO #0434
SOLICITATION NOTICE

58 -- SWIMMER DETECTION SYSTEMS

Notice Date
2/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00164 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016403R6725
 
Archive Date
4/13/2003
 
Point of Contact
Mary Ann Wathen 812-854-5090
 
E-Mail Address
Email your questions to To email Point of Contact
(wathen_m@crane.navy.mil)
 
Description
Naval Surface Warfare Center, Crane Division (NSWC Crane) has been tasked to lead a test team for testing Navy shipboard sonar-based Swimmer Detection Systems (SDS). Test Location is the Navy ATFP Test Bed located at Naval Air Station, North Island, San Diego, CA. The testing is planned to be conducted in sequential one-week periods (with a one-week break between tests to document and analyze results). To accomplish this, it is anticipated that a solicitation will be issued on or about 28 Feb 2003. The solicitation will include a Statement of Work, Test Performance Criteria, Contract Data Requirements List, DD254, Source Selection Criteria and a test syllabus. The successful offerors must possess a Secret (or higher) Security Clearance. It is anticipated that required test platform information for deployment consideration will be included in the solicitation. A site visit to the testing platform prior to the solicitation?s closing date is currently being considered by the Navy. Source Selection will be divided into two phases. Phase I is selection of applicants that meet the requirements listed below to train Navy personnel and support the actual testing of their SDS. The Government will provide $18,000 for each of these Phase I awards utilizing Cost As and Independent Variable (CAIV). The SDS must be provided at no cost to the Government via a Bailment Agreement. Source selection for Phase I will be based on technical/performance capability and past performance. Technical/performance capability will be based on, but not limited to, the following criteria: The systems must: be Commercial Items (See FAR 2.101 definition); be available for the test window (anticipated date: mid-April through mid-June); provide Automatic detection, classification, and tra cking; demonstrate user-friendly operation display (e.g. no raw data); and exhibit capability for ship deployment from a large deck. Each of the criteria listed above will be further defined in the solicitation. It is anticipated that awards will be made by 4 April 2003 in order for testing to begin 14 April 2003. Phase II will be the award of one IDIQ contract for production systems (a ?down-select?) based on the test results and proposed SDS prices. All inquires, comments, concerns and questions must be directed to Mary Ann Wathen through email wathen_m@crane.navy.mil. Failure to follow proper procedures could render a prospective offeror ineligible for consideration. To verify receipt of email, contact Mary Ann Wathen at 812-854-5090. The solicitation will be posted via the FedBizOpps and NSWC Crane websites.
 
Web Link
NSWC Crane's web address
(http://www.crane.navy.mil/supply/synop/03R6725.htm)
 
Record
SN00255586-W 20030209/030207213616 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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