Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

D -- Automatic Data processing & telecommunication services

Notice Date
12/16/2010
 
Notice Type
Presolicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017811R1025
 
Response Due
2/22/2011
 
Archive Date
3/31/2011
 
Point of Contact
Theresa Ashton 540-284-0707 Theresa Ashton,
 
E-Mail Address
40-653-7088
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce Online (NECO) site located at http://www.neco.navy.mil. While it is understood the FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Navy Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) intends to procure on a sole source basis: hardware, software and engineering support for experimentation, integration, delivery of enhanced unmanned ground vehicle (UGV) capabilities, continued technical support to an Integrated Product Team (IPT), and continued maintenance and repair of Government owned assets. This is a continuation of current efforts for an integrated Tactical Networked Sensor System (TNS2). The TNS2 will provide for a Tactical Robotic Controller (TRC) and an open architecture to integrate numerous types of tactical networked unmanned hand-emplaced sensors, tactical unmanned mobile ground sensors and tactical unmanned aerial vehicles. CLIN 0001 “Tactical Robotic Controller (procure up to 10); CLIN 0002-Ground Vehicle Communication Module-GUSS (GVCM-G)- Contractor shall build, test and delivery one Ground Unmanned Support Surrogate(GUSS) Robot Radio Frequency unit GVCM-G to operate within the TNS2 architecture, while retaining the current capabilities, frequencies, and data formats of the GUSS UGV while controlled by the TRC; CLIN 0003-Combat Robot System (CRS) “ Contractor shall build, test and delivery one Modular Advanced Armed Robotic System (MAARS) UGV to operate within the TNS2 architecture, while retaining the current capabilities of the MAARS UGV while controlled by the TRC; CLIN 0004-Maintenance, Repair and Field Support “ The Contractor shall provide maintenance and repair of hardware and software delivered, tested and utilized in the performance of the TNS2 initiative; CLIN 0005 (Option)-The Contractor shall develop, test and deliver autonomy capabilities for the MAARS and GUSS UGV ™s; CLIN 0006 (option)-NATO Standards Agreement (STANAG) 4586 Demonstration “ Contractor shall be responsible for analysis, reporting and demonstration of STANAG 4586 interoperability with the Honeywell T-Hawk and QinetiQ N.A. TALON UGV within the TNS2 architecture; CLIN 0007 (Option)-TRC, T-Hawk UAV, and TALON UGV Integration, Test, and Demonstration “ Phase I - Contractor shall demonstrate command and control and interoperability with Honeywell T-Hawk UAS and QinetiQ N.A. TALON UGV within the TNS2 architecture; CLIN 0008 “ TRC, T-Hawk UAV, and TALON UGV Integration, Test and Demonstration “ Phase II “ Contractor shall demonstrate command and control and interoperability with a Honeywell T-Hawk UAS and QinetiQ N.A. TALON UGV within the TNS2 architecture; CLIN 0009 (Option) “ Robotic Individual Shot Detection and Location (RISDL) “ Contractor shall provide a sniper shot detection sensor integration onto MAARS and update TRC command and control software and GUI development for a MAARS RISDL capability; CLIN 0010 (Option) “ Tactical Robotic Controller (TRC) Extended User Evaluation (EUE). The incumbent contractor is QinetiQ North America, Inc., located at 350 2nd Avenue, Waltham, MA 02451-1104 performing under Contract N00178-09-C-1019 which was competitively solicited. QinetiQ, N.A. has proven to be successful in all tests and demonstrations. Award to any other source would result in a substantial duplication of cost to the Government and a loss in current functionality. The awardee shall be required to provide the necessary personnel to accomplish the tasks contained in the Statement of Work which will be provided in a forthcoming solicitation. The resultant contract shall be cost plus fixed-fee. The period of performance shall be 36 months from date of award. Performance shall be at the contractor ™s site and multiple Government sites. The NAICS Code is: 541512. The anticipated solicitation issue date is January 21, 2011. The anticipated date for receipt of proposals is February 22, 2011. Questions may be directed to: Theresa.ashton@navy.mil or faxed to (540) 653-7088, Attn: CXS11-15, or delivered to: NSWCDD, 17632 Dahlgren Rd. Building 183, Suite 102, Dahlgren, VA 22448-5100, Attn: CXS11-15. NSWCDD Procurement Division has implemented Electronic Commerce (EC) in the acquisition area; therefore, this synopsis and any applicable amendments will be available on the World Wide Web at: http://www.nswc.navy.mil/supply. Hard copies WILL NOT be provided. Vendors should regularly access the NSWCDD Web Site to ensure that they have downloaded all amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017811R1025/listing.html)
 
Record
SN02345909-W 20101218/101216234536-af2e3c7f967ab5f90137513de189e6dd (fbodaily.com)
 
Source
FedBizOpps 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.