SOURCES SOUGHT
15 -- Littoral Battlespace Sensing Autonomous Undersea Vehicle (LBS-AUV)
- Notice Date
- 1/8/2018
- Notice Type
- Sources Sought
- Contracting Office
- 4301 Pacific Highway Bldg OT4 Code 02, San Diego CA 92110-3127
- ZIP Code
- 92110-3127
- Solicitation Number
- SPAWAR_Headquarters_MKTSVY_147F5A
- Response Due
- 1/23/2018
- Archive Date
- 2/7/2018
- Point of Contact
- Point of Contact - Kate McCoy, Contract Specialist, 858-537-8845
- E-Mail Address
-
Contract Specialist
(kate.mccoy@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare Systems Command (SPAWAR), on behalf of the Program Executive Office Command, Control, Communications, Computers, and Intelligence (PEO C4I), Battlespace Awareness and Information Operations Program Office (PMW 120) intends extend the existing contract to Hydroid, Inc. located at 1 Henry Drive, Pocasset, Massachusetts, 02559 to produce, Unmanned Undersea Vehicles (UUVs). This extension is intended to be a bridge with Firm-Fixed-Price (FFP) CLINs for two (2) years (1 base year and 1 option year) to procure a total of four (4) Non- Developmental Item (NDI) UUV. The Littoral Battlespace Sensing Autonomous Undersea Vehicle (LBS-AUV) specifically provides improved coverage, accuracy and precision of environmental characterizations, enabling the warfighter to make tactical adjustments to asset allocation by optimizing sensor and weapon platform placement and modes of operation to increase tactical effectiveness while reducing timelines and risk to forces. They are moderately large, medium-endurance, electric motor-powered vehicles. The Government has a requirement to produce, deploy, and maintain AUVs that provide the Navy with an increased collection capability for persistent oceanographic data collection. The AUV consists of two variants, AN/WSQ- 43 (V) 1 and AN/WSQ-43(V) 2. The first variant is launched off of Transportation Auxiliary, Geodetic Survey (T-AGS) and the second variant is launched from submarine dry deck shelters. This contract will only procure (V)2 variants. In accordance with FAR 10, the Government released a Request For Information (RFI) for the purpose of conducting market research and to assess industry interest and capability to produce up to 16 non- developmental Full Rate Production (FRP) units, consisting of both LBS-AUV (AN/WSQ- 43 (V) 1) and LBS-AUV Submarine (S) (AN/WSQ-43 (V) 2) variants. The RFI response period began 14 November 2016 and lasted four (4) weeks, closing on 15 December 2016, two responses were received. Hydroid Inc.s proposed solution is the current system developed and produced in support of the LBS-AUV program. Hydroid, Inc.s product solution is the only AUV system that can meet the required delivery without having unacceptable delays for Navy missions. However, based on multiple RFI responses and to allow for competition to the maximum extent possible, the Government is developing the required technical documentation and performance specification which will allow for a full and open competition for any follow-on LBS-AUV requirements. The authority for other than full and open competition is 10 U.S.C. 2304(c)(1) and FAR Subpart 6.302-1(a)(2)(ii) (B) Only One Responsible Source and no other supplies or services will satisfy agency requirements without unacceptable delays. This notice of intent is not a request for competitive proposals or a solicitation of offers. Responses to this notice of intent to award to Hydroid Inc. shall be submitted no later than fifteen (15) calendar days from the date of this synopsis to Kate McCoy, at Space and Naval Warfare Systems Command (SPAWAR), Code 2.1.2, Building OT4, San Diego, CA 92110-3217, (858) 537-8845 or kate.mccoy@navy.mil. Responses received after that date will not be considered. All responsible sources may submit a capability statement. The North American Industry Classification System (NAICS) code for this requirement is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARHQ/SPAWAR_Headquarters_MKTSVY_147F5A/listing.html)
- Record
- SN04783210-W 20180110/180108230850-02b838f5058d3b01cd747eeaf1b789bf (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 |