Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2004 FBO #0887
SOURCES SOUGHT

19 -- Multi-Mission Autonomous Underwater Vehicle

Notice Date
4/29/2004
 
Notice Type
Sources Sought
 
NAICS
336612 — Boat Building
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H9222-04-RTBD1
 
Response Due
5/14/2004
 
Archive Date
5/29/2004
 
Point of Contact
Tina Lopez, Contract Specialist, Phone 813 828 7063, Fax 813 828 7504, - Susan Griffin, Contracting Officer, Phone 813-828-7411, Fax 813-828-7504,
 
E-Mail Address
lopezt@socom.mil, griffi1@socom.mil
 
Description
USSOCOM is searching for sources to provide a multi-mission autonomous underwater vehicle for deployment from SOF and Navy maritime platforms. The United States Special Operations Command (USSOCOM) in cooperation with the US Navy intends to apply for approval of a Foreign Comparative Test (FCT) project (www.acq.osd.mil/sts/fct) to qualify or adapt a non-developmental (commercial-off-the-shelf) Multi-Mission AUV for use on mission on SOF and littoral Navy mission. The mutli-mission AUV should have the following characteristics: (1) Mission Module Volume: The MM-AUV must have adequate volume and structure to support (fit) multiple mission packages. The first mission packages must include a high (3-D) resolution sensor + survey package. The MM-AUV must be able to accommodate (fit) a mission module with a volume of at least 7 square feet. (2) Littoral Operations/AUV Draft: The MM-AUV must operate in littoral waters to depths of at least 500 meters and have a minimum draft not exceeding 1 meter allowing for operations in extremely shallow waters. (3) Complexity / Operations / Relialbity Availablity and Maintainabilty (RAM): The Multi-Mission AUV must be readily programmable by Navy ship personnel. The Mission planning / programmaing module should interface with commercial computer (and operating systems). The training required to instruct military personnel to program (mission plan) the AUV should not exceed 1 month of classroom and practice training. Specialized MM-AUV maintenance training should not exceed 2 months of training. The AUV should include "swappable" parts/sub-systems allowing for reduced system downtime during operations. (4) Deployment and Recovery: The design should afford stability to provide launch and recovery in most sea-states, from multiple platofrms by existing shipboard cranes/equipment. At conclusion of a mission, the Multi-Mission AUV must actually surface in a pre-programmed location not greater than 150 meters from pre-programmed location. At launch and upon surfacing, the Multi-Mission AUV must provide a wireless control package to steer the AUV to the recover ship's. (5) Endurance / Range: The Multi-Mission AUV must have a range of at least 36 nautical miles. Responses to this market survey are due on or before 14 May 2004, and must include a product description with performance parameters and a statement regarding current availability, summary of prior testing, test reports, summary of logistic and maintenance requirements and an estimated cost for the price of test articles and production units. Submit vendor data information, firm address, POC, phone/fax numbers, and email address to: Naval Undersea Warfare Cenetr Division Newport, Attn: Mark Minucci, (401) 832-8545 or email minuccims@npt.nuwc.navy.mil This synopsis does not constitute an Invitation for Bid or Request for Proposals, and is not to be construed as a commitment by the government to issue an order or otherwise pay for the information solicited. Interested Parties should reply by submitting a White Paper no later than 14 May 2004. No further information is available at this time. Interested Parties who are willing to demonstrate or load equipment at no cost should so indicate in the submitted white paper.
 
Record
SN00577139-W 20040501/040429212723 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.