Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
DOCUMENT

P -- SUBMARINE RESCUE SYSTEMS OPERATION AND MAINTENANCE - Attachment

Notice Date
2/28/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N00024 NAVAL SEA SYSTEMS COMMAND, DC 1333 Isaac Hull Avenue S.E. Washington Navy Yard, DC
 
Solicitation Number
N0002412R4152
 
Response Due
3/30/2012
 
Archive Date
4/14/2012
 
Point of Contact
andrew.w.little@navy.mil
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
PURPOSE: REQUEST FOR INFORMATION (RFI): THIS RFI IS PUBLISHED FOR DATA GATHERING AND PLANNING PURPOSES ONLY, AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. The government will not reimburse any respondent for any cost associated with information submitted in response to this RFI. The Navy is interested in obtaining a list of sources capable of proposing, if a Request for Proposals (RFP) is issued, to provide the program management, technical and engineering services necessary to operate and maintain the U.S. Navy's submarine rescue systems. BACKGROUND: The U.S. Navy s submarine rescue systems consist of the Submarine Rescue Diving and Recompression System (SRDRS) and the Submarine Rescue Chamber Flyaway System (SRCFS). The SRDRS and SRCFS are stored and maintained at the Deep Submergence Unit (DSU), Naval Base Coronado, San Diego, CA. The SRDRS is a highly portable and mobile submarine rescue and recompression system capable of transferring personnel from a DISSUB under pressure from depths up to 2,000 feet. The SRCFS is a highly portable and mobile submarine rescue system capable of transferring personnel from a DISSUB from depths up to 850 feet. The Concept of Operations (CONOPS) for the Submarine Rescue Diving and Recompression System (SRDRS) (Revision 7 dated 10/14/09), provides a concept of operations for the SRDRS in a representative submarine rescue scenario. The CONOPS provides an understanding of the expected roles of SRDRS equipment and personnel. The U.S. Navy has a requirement to operate and maintain the submarine rescue systems in an operational condition where the systems must be ready to respond to unforeseen emergencies. The rescue systems will be located at the shore based facility or conducting at-sea training operations. The submarine rescue systems are unique U.S. Navy assets, which must be maintained and certified in accordance with NAVSEA SS800-AG-MAN-010/P9290, Systems Certification Procedures and Criteria Manual for Deep Submergence Systems, Revision A, and NAVSEA SS521-AA-MAN-010, U.S. Navy Diving and Manned Hyperbaric System Safety Certification Manual, October 1987. In addition, all scope of certification work must be accomplished by an authorized activity in accordance with NAVSEA Note 5000. Any respondent not capable of meeting these requirements may not be considered a potential source. REFERENCES: For reference, the SRDRS CONOPS, NAVSEA Note 5000, and a draft statement of work for this effort are provided. These three references and the content of this RFI will be the only information provided by the government at this time. SCHEDULE: The current Submarine Rescue Systems Operations and Maintenance contractor has been supporting the program since 2005, with the contract period of performance ending 30 Nov 13. INTENT: The intent of this RFI is to collect responses from interested offerors to provide program management, technical and engineering services necessary to operate, maintain and modernize existing submarine rescue assets. This effort includes supporting the operational testing and evaluation of new submarine rescue system capabilities required for fleet acceptance. An Industry Day for this effort may be scheduled in the future so that interested parties will be permitted to tour the DSU facility; however it has not been currently scheduled. RESPONSES: The Government requests that the following accompany any submission in response to this RFI: Company name; Address; Point of Contact; Phone Number; and E-mail address. Submissions shall not exceed 30 pages (8 x 11 ). Font shall be 12-pitch with one-inch borders. Submissions shall address: A brief description (300 words or less) of capabilities and existing or related services. A description of the respondent's internal management controls and reports for program management, Integrated Logistic Support (ILS), and quality control. Provide example of internal reports used to monitor work scheduling, work progress, manning, material management, cost collection and quality. Identify metrics used by the respondent to measure both cost and schedule performance as it relates to management, ILS and quality performance. (Identify if there are commercial standards) A description of the respondent s facilities and capacities which are applicable to supporting the government requirements. Descriptions of any past or current contracts whose deliverables satisfy items covered in this announcement, either whole or in part. Please include the name and number of the on-going contract, contract scope, contract type, period of performance, contract deliverables, dollar thresholds and limitations, the issuing Government agency, and the name and telephone number of the Contracting Officer. Respondents should clearly indicate whether they are a large business, small business, or a small disadvantaged business. Interested respondents should submit the information annotated above, in hard and electronic copy, by close of business 30 March to: Advanced Undersea System Program Office, PMS394, 1339 Patterson Ave., SE Stop 7026, Washington Navy Yard, DC 20376-7026, Attn: Andrew Little, PMS394RE; Andrew.w.little@navy.mil and Alison.bailey@navy.mil. No telephone inquiries will be accepted. The Government does not commit to providing a response to any comment or questions. The Government will use the information provided in response to this notice to support urgent, on-going initiatives within the Navy. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. No basis for claim against the Government shall arise as a result of this announcement or for Government use of any information provided. This RFI is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosures; however it is incumbent upon the respondent to appropriately mark all submissions. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002412R4152/listing.html)
 
Document(s)
Attachment
 
File Name: N0002412R4152_Draft_SRDRS_SOW.doc (https://www.neco.navy.mil/synopsis_file/N0002412R4152_Draft_SRDRS_SOW.doc)
Link: https://www.neco.navy.mil/synopsis_file/N0002412R4152_Draft_SRDRS_SOW.doc

 
File Name: N0002412R4152_0393_CONOPS_for_SRDRS_2009.pdf (https://www.neco.navy.mil/synopsis_file/N0002412R4152_0393_CONOPS_for_SRDRS_2009.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0002412R4152_0393_CONOPS_for_SRDRS_2009.pdf

 
File Name: N0002412R4152_05000-090811.zip (https://www.neco.navy.mil/synopsis_file/N0002412R4152_05000-090811.zip)
Link: https://www.neco.navy.mil/synopsis_file/N0002412R4152_05000-090811.zip

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02684576-W 20120301/120228234726-f207b9db3bf3c03139c00489259ccee7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.