SOLICITATION NOTICE
59 -- Unmanned Undersea Vehicle (UUV)/Remote Environmental Monitoring UnitS (REMUS)
- Notice Date
- 11/14/2017
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
- ZIP Code
- 02841-1708
- Solicitation Number
- N66604-18-R-0015
- Archive Date
- 12/29/2017
- Point of Contact
- Bryan E. Cohen, Phone: (401) 832-3345
- E-Mail Address
-
bryan.cohen@navy.mil
(bryan.cohen@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL (RFP) - AWARD OF A CONTRACT WILL NOT BE MADE AS A RESULT OF THIS NOTICE. This is a synopsis for noncommercial items prepared in accordance with FAR 5.207 as supplemented with additional information included in this notice. This procurement is being processed on an unrestricted basis. The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,250 Employees. The Naval Undersea Warfare Center, Division Newport, RI (NUWCDIVNPT) intends to enter into a sole source five year (base with 4 options) Indefinite Delivery, Indefinite Quantity (IDIQ) type contract with Firm-Fixed-Price (FFP), Cost Plus Fixed Fee (CPFF) and Cost Reimbursement provisions to Hydroid, Inc., Pocassett, MA. The procurement is for Remote Environmental Monitoring UnitS (REMUS), hardware, retrofit kits, spares, technical analysis, test and evaluation, software and hardware modifications, preparation of engineering drawings, hardware and software configuration control, installation of upgrades, and training. NUWCDIVNPT is procuring the REMUS vehicles in support of the MK 18 UUV Family of System (MK 18 Mod 1 and the MK 18 Mod 2). NUWCDIVNPT intends to purchase the following items on a Firm Fixed Price basis: CLIN 0001: REMUS System/Sub-system embedded HDW/SW, Quantity: 31. CLIN 0002: Shipping for CLIN 0001 (If applicable and separately priced). CLIN 0003: DATA for CLIN 0001 (Not separately priced). CLIN 0004: Basic Retro-Fit Kit, Quantity: 5 CLIN 0005: Shipping for CLIN 0004 (If applicable and separately priced). CLIN 0006: DATA for CLIN 0004 (Not separately priced). NUWCDIVNPT intends to purchase the following items on a Cost-Plus Fixed Fee basis: CLIN 0007: Engineering Services CLIN 0008: DATA for CLIN 0007 (Not separately priced). NUWCDIVNPT intends to purchase the following items on a Cost basis: CLIN 0009: ODCs in support of CLIN 0007. Specific Periods of Performance and Delivery Requirements will be detailed in individual task orders. However, delivery will be F.O.B. Destination: Naval Station Newport, Newport, RI 02841. The proposed contract action is for hardware and ancillary support services for which the Government intends to negotiate with only one source under the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1, Only One Responsible Source. The Government's need for additional REMUS vehicles and engineering support services to existing REMUS vehicles can only be met by Hydroid Inc. Hydroid Inc. owns the exclusive rights to manufacture and service REMUS vehicles for the open market and is performing 100% of the effort under the current contract (N66604-11-D-0165). Hydroid Inc. is the only qualified vendor capable of providing the required hardware and associated configuration control, product software and associated configuration control, and training for all REMUS UUV variants at a reasonable cost to the Government without significant delay that would impact the fleet. Additional information will be provided with the release of the RFP. The anticipated release date of RFP#: N66604-18-R-0015 is expected to be on or about 15 January 2018. The synopsis is not a request for competitive proposals. All responsible sources may submit a capability statement which will be considered by the Government. A determination by the Government not to compete this proposed acquisition based on responses to this notice is solely within the discretion of the Government. Information shall be submitted prior to the anticipated award date via email to all of the following points of contact: Bryan Cohen at bryan.cohen@navy.mil and Michael Broomfield at michael.h.broomfield@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-18-R-0015/listing.html)
- Place of Performance
- Address: Pocasset, Massachusetts, 02559, United States
- Zip Code: 02559
- Zip Code: 02559
- Record
- SN04740378-W 20171116/171114231723-94cbebb7d396a466565cfa32559944a0 (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 |