SOURCES SOUGHT
66 -- Air-launched autonomous micro observer profiling floats for the U.S. Naval Academy (USNA)
- Notice Date
- 8/30/2018
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018918QZ788
- Response Due
- 9/5/2018
- Archive Date
- 9/12/2018
- Point of Contact
- Bridget Blaney, 215-697-9628
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE, pursuant to FAR Part 10 (Market Research) and is not a pre-solicitation notice or solicitation for proposals/quotations. This synopsis does not constitute a request for a proposal/quotation, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. Any information provided by the Government at this time is preliminary and may be updated or changed prior to release of a formal solicitation. The purpose of this Sources Sought Notice is to identify potential sources to provide air-launched autonomous micro observer profiling floats for the United States Naval Academy (USNA). USNO requires seventeen (17) air-launched autonomous micro observer profiling floats. The products must be air-deployable ocean CTD (conductivity, temperature, depth) profiling floats capable of measuring temperature to +0.002oC over the range of -5oC to 35oC, salinity to +0.01 PSU, and pressure to +2.4 dbar (industry standard error specifications) to a depth of 1200m for more than 1000 observations. Four (4) of the 17 units will also be equipped with an acoustic system capable of full spectrum (10 Hz to 160 kHz) recording and processing. The sensor location must be measured using positions from the Global Positioning System (GPS) and reported along with profile and engineering data by Iridium short burst data packets and received by email for further transfer to NOAA/AOML in the standard Argo PHY (physical units file) format. The instrument must conform to the following: must be deployable from the A-sized stern chute of a USAF WC-130J aircraft during hurricane reconnaissance missions at speeds up to 240 kts. The float must be capable of both park and profile missions (typical for Argo floats) as well as adaptive sampling schemes that are communicated mid-mission to allow for increased measurements at shallower depths during hurricane passage. All other air-deployed profiling floats meeting the sampling and error specifications require opening the aircraft ramp mid-flight for sensor deployment. For deployment during hurricane reconnaissance missions, the stern ramp remains closed, and the profilers must be deployed via the A-sized chute. The profiler must also be equipped with a scuttling feature so it can be prevented from drifting into other countries territorial waters. A Firm Fixed Priced contract is anticipated to satisfy this requirement. The North American Industrial Classification System (NAICS) code for this acquisition is 334519. Firms possessing the requisite skills, resources, and capabilities necessary to perform the stated requirement as a prime contractor are invited to respond to this notice via the submission of an executive summary. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size. All responses will be considered, although any questions/comments/ideas will not be responded to directly. The goal of such feedback is to determine a) the existence of sources capable of meeting the Governments minimum need and b) if a small business would be able to perform as a prime contractor. The submission should include the following information and reference N0018918QZ788: 1. Company name, address, and point of contact with corresponding phone number and e-mail address 2. DUNS number, Cage Code, business size and classification 3. Capability statement displaying the contractor s ability to provide the required supplies to include past performance information. If past performance information is provided, please include only relevant past performance for the same/similar item within the last five (5) years. This relevant past performance information should identify the applicable contract number; total contract dollar amount; capacity performed (Prime or Sub); contract delivery date; description of the supplies provided AND the relevancy of the supplies to the requirement; and a customer point of contact with corresponding telephone number and e-mail address (up to two references). Relevant past performance is past performance of the same or similar scope and magnitude to the described requirement. Standard brochures and/or paraphrasing of this notice may not be considered sufficient to demonstrate the capabilities of an interested party; however, interested parties are encouraged to submit any documentation they consider relevant to USNAs requirement. The Government requests that interested parties respond to this notice if applicable. The Government will use information received to determine the best acquisition strategy for this procurement. Data submitted in response to this notice will not be returned. All submissions are required to be submitted via e-mail to bridget.blaney@navy.mil no later than 1200 EST (local time/Philadelphia, PA) on 5 Sep 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018918QZ788/listing.html)
- Place of Performance
- Address: 290 Buchanan Rd., Annapolis, MD
- Zip Code: 21402
- Zip Code: 21402
- Record
- SN05064146-W 20180901/180830231333-ac66c3c939da3287e59c48d2a2837d8c (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 |