MODIFICATION
19 -- Remotely Operated Vehicle (ROV) Intervention System - Attachment 1
- Notice Date
- 6/25/2015
- Notice Type
- Modification/Amendment
- NAICS
- 336612
— Boat Building
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-15-R-6402
- Archive Date
- 5/21/2015
- Point of Contact
- Tchwan Slye, Phone: 202-781-3972, Cherissa Tamayori, Phone: 202-781-1609
- E-Mail Address
-
tchwan.slye@navy.mil, cherissa.tamayori@navy.mil
(tchwan.slye@navy.mil, cherissa.tamayori@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- System Requirements The Naval Sea Systems Command intends to issue a competitive Request for Proposal (RFP) to manufacture, test and deliver a Remotely Operated Vehicle (ROV) Intervention System with associated program management support. An ROV Intervention System includes an ROV, Operations Van, Maintenance/Spares Van, Launch and Recovery System, umbilical and associated deck interconnects. The ROV Intervention System will replace the Atmospheric Diving System (ADS) 2000 Hard Suits as the Intervention Asset for the Submarine Rescue Diving and Recompression System (SRDRS) and the Submarine Rescue Chamber (SRC). The anticipated Firm Fixed Price (FFP) contract will be for one ROV Intervention System with program management support, with the option to procure an additional ROV, Launch and Recovery System, umbilical and deck interconnects, with program management support. The Government is not obligated to exercise options; the exercise of options will be based on the needs of the Government and funding availability. The intent of this notice is to supplement the Government's description of the ROV Intervention System requirement. Specific requirements are provided in Attachment 1. Responses are due no later than 7 days after publication of this notice. Interested parties shall submit the following: 1. Company name; Address; Point of Contact; Phone Number; and E-mail address. 2. Identification and verification of the company's business size (i.e., small, large) relative to NAICS Code 336612, Size Standard: 500 employees. 3. Small Businesses are reminded under FAR 52.219-14, Limitation on Subcontracting, they must perform at least 50% of the cost of manufacturing the supplies, not including the cost of material. Include the percentage of work that will be self-performed on this project. 4. A description/matrix identifying how the Respondent's system meets the requirements listed in Attachment 1. Each requirement shall be listed in order, with a written response detailing how the proposed unit performs against the stated requirements using the format provided. Supporting rationale/data should be provided as an annex. 5. Detailed descriptions of candidate system to include pictures, brochures, etc., that will convey the operating principles, as well as general and specific system capabilities behind the submissions. 6. Production time estimate for the unit, i.e. time to delivery after order. The response shall provide for a ROV system that will be delivered within 6 months of contract award. 7. Quantity of units sold (i.e., number of ROVs by model type)/units currently in operation by model type. 8. Confirmation the system will be able to sustain performance, at a minimum, throughout its intended annual operational schedule of: o Four at-sea training periods to include approximately 1 day to mobilize, 7 days at sea and 1 day to demobilize from URC to the Government furnished ship; AND o One exercise out of the continental United States (Europe/Asia) to include 1 day to mobilize, 10 days at sea and 1 day to demobilize. 9. Discussion of the necessary documentation that would enable operation and maintenance by third party contractor organizations at the Undersea Rescue Command (URC) in San Diego, CA. 10. Discussion of the system footprint and ease in transportability. 11. Documentation or examples of ROV Air Mobile capability from past experience. 12. Submissions shall not exceed 25 pages, front only (8 ½ x 11"). Font shall be 12-pitch with one-inch borders. Interested parties should submit the information requested above, via email to: Cherissa Tamayori at cherissa.tamayori@navy.mil and Tchwan Slye at tchwan.slye@navy.mil. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. No basis for claim against the Government shall arise as a result of this announcement or for Government use of any information provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-15-R-6402/listing.html)
- Record
- SN03776858-W 20150627/150626000024-e6f15b74ccf0fea9b28e91a2d2758d76 (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 |