Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2025 SAM #8641
SPECIAL NOTICE

99 -- Naval Magazine Indian Island (NMII) Detect Discriminate Operate Adapt Demonstration Event

Notice Date
7/22/2025 3:14:47 PM
 
Notice Type
Special Notice
 
Contracting Office
NAVAL UNDERSEA WARFARE CENTER KEYPORT WA 98345-7610 USA
 
ZIP Code
98345-7610
 
Solicitation Number
NMII-DDOA-2025
 
Response Due
7/31/2025 3:00:00 PM
 
Archive Date
08/15/2025
 
Point of Contact
Daniel Hubert
 
E-Mail Address
daniel.d.hubert2.civ@us.navy.mil
(daniel.d.hubert2.civ@us.navy.mil)
 
Description
1.0 Summary Commander Naval Magazine Indian Island (NMII) is seeking demonstrations from qualified vendors of advanced technologies capable of detecting, identifying, and tracking a variety of threats across air, land, and maritime domains. This notification solicits demonstrations to assess system performance in a realistic operational environment and evaluate suitability for integration with existing personnel and infrastructure. 2.0 Scope This opportunity seeks demonstrations of systems that can: Detect: Identify and locate uncrewed systems (UxS), land (human walkers), and sea-going (small boats/kayaks) contacts. Discriminate: Reliably differentiate between man-made objects and natural occurrences (e.g., birds) with a high degree of confidence. Operate: Be effectively operated and managed by currently billeted personnel at NMII. Ease of use and integration with existing systems are critical. Adapt: Demonstrate the ability to mitigate performance limitations caused by terrain features (shadow zones) through alternative system configurations or complementary technologies. 3.0 Demonstration Details Location: Port Hadlock-Irondale, Washington Date: To Be Announced Environment: The demonstration will be conducted in a realistic operational environment, including varied terrain and potential RF interference. The primary system installation location will be on an existing cell tower at the highest point on the island. Government Furnished Equipment/Services: Access to the cell tower (via Crown Castle approval), and a secure operating location. Vendor Furnished Equipment/Services: All system hardware, software, personnel (including installation technicians), and support equipment necessary to conduct the demonstration. Vendors are responsible for all costs associated with the demonstration. Testing Scenarios: The Government will provide a series of test scenarios involving the aforementioned target types. Specific scenarios will be communicated to selected vendors prior to the demonstration. 4.0 Installation Requirements Vendors are responsible for providing a detailed plan and covering costs for the temporary installation of their equipment, including: Qualified personnel with the necessary certifications and experience to work at height and on communication towers. All specialized tools and equipment required for a safe and compliant installation. Compliance with all applicable safety regulations and industry best practices. 5.0 Submission Requirements Interested vendors shall submit a capability statement (no more than 5 pages) that includes: Company Overview System Description (including key specifications and capabilities) Hazards of Electromagnetic Radiation to Ordnance (HERO) requirements must be met and vetted through NOSSA for demonstrations that include radio frequency (RF) emissions. All vendors must provide the following by 31JUL25: Transmitter Nomenclature Antenna Nomenclature Transmitter start/lower frequency Transmitter Max average output power Antenna gain Demonstration Plan (brief outline of how the vendor would approach the demonstration) Installation Plan (brief overview of how the system would be installed) Point of Contact Information 6.0 Submission Address All submissions shall be sent electronically to: daniel.d.hubert2.civ@us.navy.mil 7.0 Evaluation Criteria Submissions will be evaluated based on: Technical Capability (40%) Demonstration Plan Feasibility (30%) Installation Plan Feasibility (20%) Vendor Experience & Qualifications (10%) 8.0 Important Notes This demonstration opportunity is not a request for proposals (RFP). The Government is seeking demonstrations of existing capabilities. The Government reserves the right to select all, some, or none of the submitted responses. Participation in this demonstration does not guarantee a future contract. All vendors are responsible for ensuring the security of their equipment and data. Government leads will work with selected vendors for site access NMII does not allow general public visits to the base
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb532cab6629487da38698119deb7a35/view)
 
Place of Performance
Address: Port Hadlock, WA, USA
Country: USA
 
Record
SN07518621-F 20250724/250722230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.