The RFP Database
New business relationships start here

Modified ROV


District Of Columbia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THERE WILL NOT BE A SOLICITATION OR DRAWINGS AVAILABLE. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY.


Description
This is a Sources Sought notice as identified in FAR 15.201(e) for an effort that has not previously been contracted. The Department of the Navy is requesting information regarding industry's capabilities and experience related to maritime Remotely Operated Vehicles (ROVs). The NAICS code applicable to this Sources Sought notice is 336612. The Small Business Size Standard is 1,000 employees.


Synopsis:
This Sources Sought notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Submarines (PEO SUB) Advanced Undersea Systems (PMS394) Program Office. The Navy would like to gauge industry current capability to provide and modify a medium or large-sized Remotely Operated Vehicle (ROV). Medium ROVs must be capable of being launched from a greater than 10 inch and equal to or less than 21 inch tube, while large ROVs must be capable of being launched from a tube greater than 84 inches and less than 87 inches. The Navy is interested in the full potential of industry responses to include small businesses and in leveraging existing vehicle designs that can be modified to rapidly bring additional capabilities to the undersea domain.


Interested parties shall provide technical information and potential solutions in the following areas:


1. Overall technical approach for modifying existing ROVs to support launch and recovery from torpedo tubes (688 and Virginia Class)
2. Overall technical approach for payload integration and modular upgrades to this ROV, including development of Interface Control Documents (ICDs)
a. Identify potential power sources
b. Describe the effort needed to maintain these systems on multiple classes of submarine in a maritime and deployed environment
c. Availability of data rights for major subsystems and software (unlimited, Government purpose rights, or proprietary only)
d. Vehicle information
• General description of the vehicle
• Vehicle dimensions
• Maximum operating depth
• Vehicle wet and dry weights
• Reliability (measured or estimated)
• Maintainability (measured or estimated)
• Onboard sensors not specific to the payload
• Manning requirements to operate
e. Vehicle Payload Capabilities
• Modular payload space dimensions (inches)
• Modular payload volume (cubic feet)
• Modular payload weight capacity (pounds)
• Reconfiguration capability for future payloads
• Available variable ballast
f. Vehicle Operations
• Guidance and control
• Navigation
• Autonomy
• Situational awareness
• Communication systems/command and control methodology
3. Describe work your company has done to support the above for a medium-sized or large ROV (capable of deployment from a VIRGINIA Payload Module sized payload tube interface less than 87 inches)
4. Barriers to Development and Delivery
a. Identify any barriers in delivering the above capability
b. Identify any obstacles to developing this capability for submarine usage
5. Identify classified facility and secured spaces to handle the ROV efforts.


In addition to addressing the technical information and solutions identified above, respondents should provide the following company information:
1. Company name, address, DUNS number, CAGE code, tax identification number, designated representative name(s) and point of contact, including phone numbers and e-mail addresses.
2. If a small business, identify type of small business (e.g., 8(a), HUBZone, service-disabled veteran-owned, or women-owned).
3. Identify Government or commercial contracts within the last five (5) years with similar scope and provide a brief overview of company responsibilities and outcomes.


The desired format for submissions is white paper or similar narrative (contractor's format). The response should be no more than ten (10) single-sided pages. Submissions shall be in Microsoft Word 2010 or searchable Adobe Acrobat Portable Document Format (PDF). Each submission should include one electronic (virus scanned) copy sent via e-mail to bebe.minger@navy.mil. Please submit your email with the subject line, "PMS394 Modified ROV Sources Sought: [Contractor Name]." Submit information in soft copy only. Telephonic and oral responses are not acceptable. All responses must be received on or before Wednesday, 27 November.


NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE.


All information received that includes proprietary markings will be handled in accordance with applicable statutes and regulations. An acknowledgement of receipt will be provided for all responses received. If you do not receive an acknowledgement within two working days, please notify the points of contact listed in this notice.


DISCLAIMER AND IMPORTANT NOTES
Respondents are advised that the John Hopkins University Applied Physics Laboratory may assist the Government in its review of responses received under this notice. Respondents shall provide notification on the cover page if the respondent does not consent to the use of the aforementioned contractors. Unless otherwise stated by the respondent, a submission received to this notice constitutes consent that the aforementioned contractors can have access to all information provided in the respondent's submission.


This Sources Sought notice is issued for informational and planning purposes only and is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition sensitive may be protected from disclosure under the public records law only if properly labeled as such.


The Government may not respond to any specific questions or comments submitted in response to this sources sought notice or information provided as a result of this sources sought. Any information submitted by respondents as a result of this sources sought notice is strictly voluntary. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy and future solicitation. If a solicitation is issued, it will be announced later via FedBizOpps and all interested parties must respond to that solicitation announcement separately from to the response to this sources sought. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation.


Contracting Office Address:
SEA02
1333 Isaac Hull Avenue SE
Washington Navy Yard, District of Columbia 20376


Primary Point of Contact:
Bebe Minger
Contracting Officer
bebe.minger@navy.mil
202-781-4892


 


Bebe J. Minger, Contracting Officer, Phone 2027814892, Email bebe.minger@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP