Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2016 FBO #5272
SOLICITATION NOTICE

A -- Notice of Intent to Award Sole Source Contract - Long Range, Long Duration Autonomous USVs and Payloads Procurement, Technical Support Services, Refurbishment, Upgrade, Integration, andTesting Support

Notice Date
4/28/2016
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-16-R-0130
 
Response Due
5/26/2016
 
Archive Date
6/25/2016
 
Point of Contact
Point of Contact - Kayla L Garcia, Contract Specialist, 619-553-5727; Todd M McKamey, Contracting Officer, 619-553-4541
 
E-Mail Address
Contract Specialist
(kayla.garcia@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center Pacific (SSC Pacific), intends to award a contract on a Sole Source basis to Liquid Robotics, Inc. (LRI) of Sunnyvale, CA. Authority for other than full and open competition is 10 U.S.C. 2304(c)(1), Only One Responsible Source and no other supplies or services will satisfy agency requirements, as implemented by FAR 6.302-1. A Request for Proposal (RFP), N66001-16-R-0130, using other than full and open competition will be issued in anticipation of contract award number N66001-16-D-0130. The Product Service Code (PSC) is AJ44 and applicable North American Industry Classification System (NAICS) code is 541712. It is anticipated that the vehicles and hardware will be acquired on a firm-fixed-price (FFP) basis, and the services will be acquired on a cost-plus-fixed-fee (CPFF) basis. The total estimated dollar value of this action is $10,000,000 which includes a level of effort required to support this work of 18,668 hours. The proposed procurement action is anticipated to result in an indefinite- delivery/indefinite-quantity (IDIQ) contract for a three-year base period of performance with one two-year option period with contract award date by 1 July 2016. Contract will include the procurement of Wave Glider unmanned surface vehicle (USV) hardware and related engineering services including design, analysis, development, fabrication, integration, assembly, installation, repair and refurbishment, system upgrade, testing and training. The anticipated contract requirements are to support research, development, test and evaluation (RDT&E) and operational missions of several on-going projects. These projects relate to the development, improvement, implementation, operation, and continued effectiveness of maritime surveillance technologies and systems using long range, long duration autonomous USVs and associated sensors and payloads. The required USV is a hybrid sea-surface USV comprised of a submerged "glider" that is attached via a tether to a surface float. The vehicle is propelled by the conversion of ocean wave energy into forward thrust, independent of wave direction. No electrical power is generated by the propulsion mechanism. The USV must possess the following attributes: two man portable and capable of unsupported autonomous missions of up to ten months duration, long distance transits of up to 1,000 nautical miles in the open ocean, constant sea-surface expression, solar energy harvesting during daylight hours, propulsion via wave power harvesting at all vehicle-to-wave headings, commandable vehicle heading and autonomous on-board navigation to a given and reprogrammable latitude/longitude waypoint on the ocean's surface, instrumentation payloads of 20 pounds in air, power generation in support of instrumentation requirements of ten watts, sustained thrust adequate under own propulsion sufficient to tow loads having steady- state drag forces of ten pounds per square foot (lbsf) and transient drag forces of 20 lbsf, survivability in sea states up to a rating of five and winds to 50 knots, minimal radar return, low likelihood of visual detectability, minimal radiated acoustic noise, and available tow point greater than 12 feet below sea surface. LRI is the only company that produces vehicles with the highly specialized capabilities required. The Wave Glider was developed by LRI at private expense and technology within it is covered by multiple active U.S. patents making it the only that would not result in substantial duplication cost to the government. This notice of intent is not a request for proposal. No solicitation will be posted. Questions concerning this sole source contract action may be directed to Kayla Garcia at kayla.garcia@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6abb899b3e3286bfcd861fc5dedfdb65)
 
Record
SN04098068-W 20160430/160428234328-6abb899b3e3286bfcd861fc5dedfdb65 (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.