Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

28 -- Research Development in Physical, Engineering and life Sciences

Notice Date
3/7/2018
 
Notice Type
Presolicitation
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017818Q3003
 
Archive Date
5/9/2018
 
Point of Contact
Patricia M. Harper, Phone: 5406534606
 
E-Mail Address
patricia.harper@navy.mil
(patricia.harper@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet. This is a Request for Information (RFI) by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). This RFI is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP), or a commitment by the U.S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI, or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. NSWC Dahlgren is seeking information on the availability and technical capability of all sources to provide the required products and/or services. The Stand-Off Weapons Defeat Joint Integrated Product Team (SOWD JIPT) has been chartered under the authority of the Department of Defense (DOD) Physical Security Enterprise and Analysis Group (PSEAG) with its mission to study the state of the art in the areas of countermeasures to the threats posed by Unmanned Surface Vehicles (USVs)). The OPNAV N9 Science Advisor is leading the Counter Unmanned Surface Vehicle (CUSV) Working Group (WG) under the SOWD JIPT, and NSWC Dahlgren is providing technical subject matter expertise. With regard to Unmanned Surface Vehicle threats, the Government is assessing countermeasure capabilities against individual and groups of assets. In addition to direct attack mode, capabilities may also address these threats with regard to potential surveillance aspects. NSWC Dahlgren is seeking detailed information and data on ANY ONE OR ALL of the following topics: 1.It is realized that technologies have not been matured enough to offer turn-key solutions, so component level items are encouraged to be presented as well 2.C-USV Technology,Component or System Description 3.SWAP (Size, Weight and Power) specifications 4.System's sensor(s) and/or effectors range of influence 5.System/component/technology applicability to open ocean and/or geographically constrained waters 6.System/component/technology applicability to threat USV - size/mission/other vehicle characteristics 7.Engagement systems and/or anticipated/potential residual damage at engagement and/or at impact location 8.Engagement systems and kill chain capabilities/processes 9.System's engagement process (timeline and distance) against USV threats, to include system power up, data upload, slew, launch, course correction, intercept, and defeat, if applicable 10.Relevant sensor characteristics, modalities and signal processing requirements associated with detection, classification, localization and tracking capabilities 11.Any applicable test data to support provided claims 12.Sensors, including any accuracy, environmental or ruggedizaton, range or limitations, and resolution detection 13.Previous integration efforts towards any of the component, subsystem, or system capabilities 14.Any disruption capabilities Please note: Provide any additional relevant information or data not listed above. The responses shall include, but not be limited to: Business name and address: Name of company representative and their business title: Type of Business: Cage Code: Company DUNS Number, if your Company holds a GSA Schedule contract (541 or other), please provide Schedule number Company Phone #: Company email: Company Representative and Business Title: Company Socioeconomic Classification: (a) An executive summary of the party's experience with counter USV; (b) A description of the party's counter USV solution that will be capable of being integrated on to a single or multiple ground vehicle demonstrator; responses shall be limited to a 20 page maximum. (c) Evidence of current TRL 5 or 6, or what investment would be required to reach TRL 6; and (d) Data on the Counter USV performance in different environments (i.e. salinity, temperatures, transportation, vibration, E3 effects, etc.). NSWCDD requests offerors' responses No Later Than 12:00 PM EST, 24 April 2018. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWCDD's strategic planning. All communications with industry must be coordinated through the cognizant Contract Specialist, Patricia Harpe. Information should be e-mailed to patricia.harper@navy.mil or mailed to Naval Surface Warfare Center, Dahlgren Division (NSWCDD) 17632 Dahlgren Road, Bldg 183, Room 135, Dahlgren, VA 22448-5110. Responses should be labeled with the sources sought number and title. (N00178-18-Q-3003). Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider. Any information supplied under this RFI shall be provided free of charge to the Government. All responses should be unclassified. Information and materials submitted in response to this request will NOT be returned. If responses contain proprietary data, it shall be marked appropriately. It is the respondent's responsibility to clearly define to the Government what is considered proprietary data. Any responses to this announcement should reference synopsis number N00178-18-Q-3003, and should be directed to Patricia Harper via e-mail: Patricia.Harper@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017818Q3003/listing.html)
 
Record
SN04845987-W 20180309/180307231520-cc2b5f5c361840b34edd9fc797287c62 (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.