Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

A -- System Development and Demonstration (SD&V) of the Surface Mine Countermeasure Unmanned Undersea Vehicle (SMCM UUV)

Notice Date
8/27/2008
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City, N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY, CODE XPS1 110 Vernon Ave Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133108R0043
 
Response Due
12/9/2008
 
Archive Date
12/24/2008
 
Point of Contact
Wanda Cutchin at 850-636-6140 or Contracting Officer Connie Bible at 850-636-6136
 
Small Business Set-Aside
N/A
 
Description
The Synopsis is hereby modified in the following manner. Amendment 3 The solicitation release date is hereby changed from 5 Aug 2008 to read on or about 30 Sep 2008. All other requirements remain the same. Amendment 2 - Released 16 Aug 2008 Proposals will not be accepted from foreign contractors; however US subsidiaries of foreign companies with the appropriate firewalls and clearances are allowed to submit proposals. Foreign subcontractors may be considered, but will not be allowed access to critical program technologies. The Bidders Library will only be provided to companies possessing the appropriate clearance level. The Bidder's Library contains controlled unclassified and classified information only, there is no public release information. Classified information within the Bidder's Library will not be released to foreign contractors. Controlled unclassified information contained within the Bidder's Library will be released to US subsidiaries of foreign companies with the appropriate firewalls and clearances; however this information will not be released to foreign contractors or foreign owned companies without the written approval of Commander, Naval Sea Systems Command Foreign Disclosure Office. Those requesting the release of information should email rex.lawrence@navy.mil. Industry Day, scheduled for 28-29 July, will be classified SECRET. All Industry Day attendees must have a facility and personnel clearance at the SECRET level. The clearance constraint applies to foreign representatives also. In accordance with SECNAV 5510.34A, a Foreign Representative is defined as "aperson, regardless of citizenship, who represents a foreign interest in his or her dealings with the U.S. Government, or a person who is officially sponsored by a foreign government or international organization. All Industry Day attendees must submit their clearance to the NRL Point of Contact (POC) Jacqueline Lowe (lowe@pa.nrl.navy.mil) for processing with a copy to NSWC PCD (wanda.cutchin@navy.mil ) by 22 July 2008. Any questions or issues that industry would like addressed during Industry Day shall be emailed to rex.lawrence@navy.mil NLT 22 July 2008. Written questions submitted after this date up to and including Industry Day will be accepted and will be answered during Industry Day as time permits. Industry Day briefs and all Industry Day questions and answers will be provided as an addendum to the Bidder's Library upon request to cleared parties. ORIGINAL SYNOPSIS DESCRIPTION The Naval Surface Warfare Center, Panama City Division, Panama City, FL (NSWC PCD) will be requesting proposals under full and open competition procurement to perform System Development and Demonstration (SD&D) of the Surface Mine Countermeasure Unmanned Undersea Vehicle (SMCM UUV). The SMCM UUV is being developed to provide the Fleet Mine Warfare Commander with enhanced minehunting capability and to support battlespace awareness of the undersea environment. The SMCM UUV is envisioned to be a Mine Countermeasure (MCM) asset that will support minehunting operations aboard the Littoral Combat Ship (LCS) and other Craft of Opportunity. The SMCM UUV vehicles will be capable of operating independently in shallow water regions of the ocean to search for volume, proud, and buried sea mines. The SD&D effort encompasses conduct of all analysis, system engineering and design, development, fabrication, assembly, testing, qualification, operator and maintenance training, documentation, planning, and management required to support this effort. The proposed contract action shall also include all materials, software, and services necessary to ensure the successful performance of the responsibilities entailed in executing this program. During SD&D, the Contractor will be responsible for the following major efforts: Design, development, integration, test, and fabrication of Engineering Development Model (EDM) systems; Cooperative efforts with the LCS platform developers or integrators; Support of developmental testing; Technical documentation; Logistics support planning; Spares and support equipment; Interim support; Production of EDM systems to support the Operational Evaluation. The end product of this effort will be a fully tested and operational SMCM UUV system that meets or exceeds the requirements of the SMCM UUV System Performance Specification, with a design and Technical Data Package (TDP) suitable and qualified for production and operational use. The specific objectives of the SD&D contract are to: a. Demonstrate system performance that meets or exceeds the threshold values as established in the System Performance Specification; b. Produce and demonstrate a final system configuration that is fully integrated and compatible with the LCS and other Craft of Opportunity platform(s); c. Produce a complete and accurate TDP including elements such as system design, Acquisition Logistics Support (ALS), training, operation, and maintenance; d. Provide support for demonstration of SMCM UUV system operational effectiveness and suitability. The desired date for the commencement of the SD&D phase is in the 2nd quarter of fiscal year 2009. Offerors on this program need to demonstrate: a. Recent, relevant experience and successful past performance in the engineering development of mine countermeasures systems or other relevant technologies, unmanned or autonomous vehicles development and integration, sonar and sensor systems, and ship systems integration. b. Recent, relevant experience and successful past performance in the development of military weapon systems and documentation for fielded systems including logistics, training and system support. c. Capability and experience in successfully operating within an Integrated Process and Product Development (IPPD) environment which will incorporate structured use of joint Government and Contractor Integrated Product Teams (IPTs) from the program management level down through the working levels. d. Capabilities and relevant experience on unmanned vehicles in military applications, MCM systems, or in sensor systems operating in a shipboard environment (including systems installation on board military vessels). e. Facility and personnel security clearances at the SECRET level. Proposals will not be accepted from foreign contractors as prime contractors, however foreign subcontractors may be considered, except for those items requiring access to critical program technologies. Classified and controlled unclassified information on this contract is not releasable to foreign nationals or personnel possessing Reciprocal clearance without the written approval of Commander, Naval Sea Systems Command Foreign Disclosure Office. The Government intends to release the formal Request for Proposals (RFP), structured on a Cost Plus Incentive Fee basis, on 05 Aug 2008. Offerors will have 60 days after formal release of the RFP to submit proposals. The Government intends to conduct an Industry Day scheduled on 28-29 Jul 2008 located at the Navy Research Laboratory, Washington, DC, Bldg 226, Friedman Room beginning at 8:30 E.S.T. (see below). The Agenda for the Conference is as follows: 28 July; Welcome/Admin/Introductions -0830-0845; Contracting Officer Presentation 0845-0855; SMCM UUV Program, Contract Schedule and Statement of Work -0855-1015; Break -1015-1030; SMCM UUV Performance Specification -1030-1200; Lunch -1200-1300; LFBB Technical Background 1300-1600; Address Questions -1600-1700. 29 July; 0830 - LFBB Hardware Display, 1030 - Adjourn.NSWC PCD will make available copies of a classified Bidders Library on CD-ROM to those prospective offerors who request a copy. E-mail requests to rex.lawrence@navy.mil with the following information: Company name, address and Contractor and Government Entity (CAGE) code. All conference attendees shall submit their visit request by emailing all attendees names, the company's security clearance, and Contractor and Government Entity (CAGE) code not later than 18 July 2008 to the NRL Point of Contact (POC) Jacqueline Lowe (lowe@pa.nrl.navy.mil) and to NSWC PCD (wanda.cutchin@navy.mil ). Any questions concerning this announcement or issues that industry would like addressed at the conference shall be e-mailed to wanda.cutchin@navy.mil NLT 18 July 2008. The Government will only respond to previously written submitted questions at the conference. FSC: AC95, NAICS: 541330, Size Standards: $4.5M.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b30006a308ab7d53fa34efa4ee2e7562&tab=core&_cview=1)
 
Record
SN01652615-W 20080829/080827221101-b30006a308ab7d53fa34efa4ee2e7562 (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  © 1994-2020, Loren Data Corp.