Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

A -- Sensor Hosting Autonomous Research Craft (SHARC) Unmand Surface Vehicle (USV) Towed Array Integrated L (TAIL)

Notice Date
12/22/2011
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-12-R-0030
 
Response Due
1/6/2012
 
Archive Date
2/5/2012
 
Point of Contact
Point of Contact - Christopher J Murr, Contract Specialist, 619-553-5199; Robert Ashley, Contracting Officer, 619-553-5493
 
E-Mail Address
Contract Specialist
(christopher.j.murr@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Space and Naval Warfare Systems Center, Pacific (SSC Pacific), intends tosolicit and award acompletion type contract, with a cost-plus-fixed-price pricing arrangement, and a one-year period of performance, on a sole source basis to Liquid Robotics Inc. (LRI), of 1329 Moffett Park Drive, Sunnyvale CA, 94089- 1134. LRI developed, at private expense, the Wave Glider. LRI's Wave Glider is a hybrid sea-surface wave glider comprised of a submerged "glider" that is attached via a tether to a surface float. The vehicle is propelled by the conversion of ocean wave energy into forward thrust, independent of wave direction. No electrical power is generated by the propulsion mechanism. The LRI Wave Glider possess the following attributes: two man portable and capable of unsupported autonomous missions of up to 10 months duration, long distance transits of up to 1000 nautical miles in the open ocean, constant sea-surface expression, solar energy harvesting during daylight hours, propulsion via wave power harvesting at all vehicle-to-wave headings, commandable vehicle heading and autonomous on-board navigation to a given and reprogrammable lat/long waypoint on the ocean's surface, instrumentation payloads of 20 pounds in air, power generation in support of instrumentation requirements of 10 watts, sustained thrust adequate under own propulsion sufficient to tow loads having steady-state drag forces of 10 lbsf and transient drag forces of 20 lbsf, survivability in sea states up to 5 and winds to 50 knots, minimal radar return, low likelihood of visual detectability, minimal radiated acoustic noise, and available tow point greater than 12 feet below sea surface. SSC Pacific has developed the Sensor Hosting Autonomous Research Craft (SHARC) Unmand Surface Vehicle (USV) Towed Array Integrated "L" (TAIL); a specialized passive towed acoustic array specifically tailored to LRI's Wave Glider lower unit or "glider". SSC Pacific requires the development of a custom electronics housing, custom umbilical cable, and logistical coordination to further integrate the SSC Pacific SHARC TAIL and the LRI Wave Glider. SSC Pacific will also require at-sea system testing support for the SSC Pacific SHARC TAIL project in developing an autonomous acoustic sensor system. Specifically, the at-sea testing will demonstrate and validate the vehicle/sensor integration and verify acceptable acoustic towed array performance while under tow. Authority for other than full and open competition is 10 U.S.C. 2304 (c)(1) and FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. LRI's technology developed at private expense makes it the only source that would not result in the substantial additional cost to the government. This notice of intent is not a request for competitive proposals. Interested persons may identify their interest and submit a capability statement. All capability statements received within 15 days after date of publication of this notice will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions concerning this sole source contract action may be directed to Christopher J. Murr at Christopher.j.murr@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0f0047f20449edaf7185653b17c51208)
 
Record
SN02644072-W 20111224/111222234039-0f0047f20449edaf7185653b17c51208 (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.