Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SPECIAL NOTICE

A -- Dry Combat Submersible Test Platform-UOES

Notice Date
2/7/2011
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
H92222-11-R-0031z
 
Archive Date
4/9/2011
 
Point of Contact
Christine E Johnson, Phone: 813-826-6038, Sandra L Smith, Phone: 813-826-7335
 
E-Mail Address
johnsc1@socom.mil, smiths1@socom.mil
(johnsc1@socom.mil, smiths1@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Special Operations Command (USSOCOM), Special Operations Research, Development, and Acquisition Center (SORDAC), Directorate of Procurement intends to negotiate on a sole source basis with Submergence Group, LLC, 4 Water Street, Chester, CT 06412 in accordance with 10 U.S.C. 2304c(1) and FAR 6.302-1. A research study is required for the testing and evaluation of a commercially available off-the-shelf (COTS) diver lock-in/lock-out dry submersible test platform with an American Bureau of Shipping (ABS) classed submersible. This study is integral to the overall acquisition strategy of employing a User Operational Evaluation System (UOES) to minimize cost and technical risks and fully evaluate the concept for a suitable Special Operations Forces (SOF) Dry Combat Submersible (DCS). The contractor shall provide an ABS classed, operational diver lock-in/lock-out dry submersible test platform, capable of demonstrating cited attributes under controlled operating conditions: (1) capable of locking out at least six divers in a single lock-in/lock-out cycle; (2) capable of a sustained, two- hour submerged speed of five knots or greater; (3) capable of transiting at least 10 nautical miles at five knots on a single battery charge; (4) capable of conducting three short duration tests, three or more hours per test per week, and one long duration test, six or more hours per test per week; (5) capable of integration with a surface host to conduct surface ship launches and recoveries; and (6) small enough to integrate with, insert into, and withdraw from a modified Dry Deck Shelter (DDS) simulator. The contractor shall design, install, integrate, support, test, and maintain temporary SOF Modifications and Risk Mitigation Modifications utilizing GFE to permit the government to more accurately evaluate the impact of GFE on capabilities of submersibles of this size. Upon completion of the study, the contractor shall be responsible for all associated demilitarization to return the DCS UOES test platform to its original state to include delivery to Pearl Harbor, Hawaii. The period of the study shall be one 12-month base year plus two 12-month optional periods, not to exceed 36 months. Based on market survey results, Submergence Group's S301 is the only known and available submersible meeting the Government's test profiles for diver lock-in/lock-out sustained submerged speeds, transiting distance, DDS integration pursuant to ABS classification. These requirements are paramount and cannot be waived. Submergence Group is the original manufacturer of the S301 and has working knowledge of sustaining ABS classification. All responsible sources may submit a capability statement or proposal no later than five days of the posting that shall be considered by the agency. The Government intends to award a combination Firm-Fixed Price, and Cost-Plus-Type contract for performance to begin on or about 18 March 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/H92222-11-R-0031z/listing.html)
 
Place of Performance
Address: Pearl Harbor, Hawaii, United States
 
Record
SN02374257-W 20110209/110207234034-a8aeb657ec9e0cfaa06df7fff327dded (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.