Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2018 FBO #
SOURCES SOUGHT

19 -- MK 11 SEAL Delivery Vehicle

Notice Date
2/7/2018
 
Notice Type
Synopsis
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
7701 Tampa Point Blvd MacDill AFB FL 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-18-R-SDV
 
Response Due
3/14/2018
 
Point of Contact
Traci A. Chiaro
 
E-Mail Address
traci.chiaro@socom.mil
 
Small Business Set-Aside
N/A
 
Description
This is not a request for proposal. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. This Sources Sought/Request for Information is in support of U.S. Special Operations Command, via the Naval Special Warfare Program Office within Naval Sea Systems Command (NAVSEA 06-NSW (PMS340)). The purpose is to identify eligible contractors to manufacture up to five MK11 SEAL Delivery Vehicle (SDV) systems, with potential options for up to four additional MK11 SDV systems. This announcement is issued in accordance with Federal Acquisition Regulation Part 10, and is not to be interpreted as a commitment by the Government that a procurement action will be issued. This notice shall not be construed as a Request for Proposal or as an obligation on part of the Government. No entitlement to payment will arise as a result of the submission of contractor information. Any information submitted by companies to this Sources Sought/Request for Information shall be voluntary. A potential acquisition, if any, would require the contractor to provide all manpower, materials, and facilities to fabricate, test, and deliver MK11 SDV Systems. The MK11 SDV System consists of the following: 1. MK11 SDV Vehicle 2. Mission Support Equipment a. Boost Pump/Air Charging Kit b. Vacuum and Purge System c. Battery Charger System d. Battery Eliminator Kit e. System Support Laptop f. Mission Support Laptop g. Propeller Removal Tool h. Cable Assembly, W150, GPS Crypto Key i. Cable Assembly, W151, Radio Crypto Key j. Data Kit, Submarine (SSGN) Nav k. Cable Assembly, Mission Data Transfer l. Control Display Unit Assembly m. Special Equipment: Tow Bridle, Tow Line and Lifting Sling Assemblies Any effort would be performed in accordance with the following: • System hardware to be manufactured in accordance with the drawings, specifications, and other supporting technical data provided by the Government. • Due to the Safety Certification Standards for the MK11 SDV Systems, any interested companies' quality standards must comply with the Deep Submergence Systems Scope of Certification (DSS-SOC) Program contained in NAVSEA SS800-AG-MAN-010/P-9290. (Interested companies must be on NAVSEA NOTE5000 for DSS-SOC or be capable of and willing to achieve provisional NOTE5000 certification prior to commencing manufacturing. This qualification process is described in NAVSEAINST 4855.34C, Procedures for Qualifying and Authorizing Activities to Perform SUBSAFE, Fly-By-Wire Ship Control Systems, and Deep Submergence Systems-Scope Of Certification Work). • Hardware shall be tested in accordance with component/subsystem testing listed on the drawing as well as system testing in accordance with approved test procedures, to include factory acceptance testing. • Latest software version of the Shallow Water Combat Submersible (SWCS) Source Code will be provided by the Government and shall be installed by the manufacturer. Period of Performance. The anticipated maximum period of performance would be seven years from the date of award. If an acquisition is approved, the Government intends to award for production of the first two Systems, plus initial spares for each, in FY19. The next three Systems, plus initial spares for each, would be awarded through the exercise of options in FY20. (Given DOD budget uncertainties, the period of performance, order quantities and the timing of award dates may change). Interested companies should submit their proposed timeline for production to accomplish the build of the first two Systems and then the three follow-on Systems. Delivery of first two Systems would be expected 24 months from award date. If that delivery schedule is not feasible, interested companies should provide expected allowance of additional time needed for the purpose of putting personnel, manufacturing equipment/services, and parts vendors in place to accomplish the build of the first two Systems and then the three follow-on Systems. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-FEB-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-18-R-SDV/listing.html)
 
Record
SN04815126-F 20180209/180208101848 (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.