Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

58 -- Shallow Water Training Range

Notice Date
9/14/2010
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
N66604 Naval Undersea Warfare Center Simonpietri Drive Newport, RI
 
ZIP Code
00000
 
Solicitation Number
N6660410R5261
 
Response Due
10/28/2010
 
Archive Date
1/28/2011
 
Point of Contact
William Hurley 4018321571
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce on Line (NECO) site located at https://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. Note: The Naval Undersea Warfare Center, Division Newport, Rhode Island is NOT accepting quotes or proposals via submission through NECO. The Naval Undersea Warfare Center Division, Newport anticipates issuing a draft solicitation for the Navy's requirement for an Undersea Warfare Training Range to be located offshore of Jacksonville, FL and designated USWTR(EC)JAX. Naval forces must train to operate in the littoral environments where regional conflicts are most likely to occur. These shallow water environments limit U.S. Navy sensor performance, weapons utilization, and tactical maneuvering. The capability is required to provide USW training and assessment under these adverse environmental conditions for air, surface, and subsurface vehicles. USWTR(EC)JAX will provide this training on the east coast of the U.S. The present effort addresses the system production engineering, integration, manufacturing, installation, and checkout of an Ocean Sensor Subsystem (OSS) in water depths ranging from approximately 120 - 1200 ft (36 - 366 meters), a Sea-Shore Interface (SSI), and related Shore Electronics Subsystems (SES) for a new 500 square nautical mile (SNM) range capability approximately 50 NM east of Mayport Naval Station, FL. The full range will be instrumented in two phases. Phase 1 will provide the infrastructure, trunk cabling, and an initial instrumented area of approximately 200 SNM. The second phase will instrument the remaining 300 SNM area. The range will be manufactured and tested per a statement of work and the In-Water System Specification. The Basic Requirement which addresses Phase 1 efforts includes Program Management/System Engineering; Ocean System Subsystem (OSS) Engineering; Shore Interface Production Engineering; Shore Electronics Subsystem (SES) Production Engineering; OSS Production Representative Engineering Performance Verification Testing; Fabrication Assembly and Testing of Production Representative SES; Trunk Cable Production and Testing; Internode Cable Procurement and Testing; Trunk and Internode Cable Terminations; Production of OSS Production Hardware; Provisioned Item Ordering and Data. Options are anticipated to address remaining Phase 1 efforts including Procurement of Hardware; Fabrication, Assembly and Testing of Hardware, Installation of the System; Training and Corrective Maintenance/Logistics Support. Phase 2 efforts, are anticipated to be acquired as options to the contract and will follow a sequence of action similar to phase 1, from Program Management/Systems Engineering, Hardware Procurement, Fabrication through Assembly and Testing; Installation, Training and Corrective Maintenance/Logistic Support. The Undersea Warfare Training Range and corresponding data will be acquired on a Firm Fixed Price and Cost Plus Fixed Fee basis. Offerors must be DoD contractors listed under the Joint Certification Program in order to receive the drawings and specifications. All requests must be submitted to the attention of Mr. William Hurley, Code 11912 via email at william.hurley@navy.mil. Performance under the contract will be at the unclassified level. Award will be made on the basis of Best Value with evaluation factors, of Technical Approach, Program Management Approach, Past Performance and Cost/Price. The solicitation will be released on an unrestricted basis. Offerors are requested to submit comments/questions regarding the draft solicitation to Mr William Hurley at the email address provide above. Any changes to the Navy ™s requirements resulting from offeror ™s comments/questions will be incorporated into the full RFP. Offerors should not expect that their comments/questions will be addressed during the period the draft solicitation is open. The government reserves the right to issue the full RFP during the period the draft solicitation is open for comment and to incorporate changes if any during the full RFP solicitation period.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N6660410R5261/listing.html)
 
Record
SN02282021-W 20100916/100915000648-3b0bfe0bfa9688aad968b3d822e284e5 (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.