Point Of Contact Not Available
Revision to Sources Sought Notice of18 April 2009. The response due date
is changed from 4 May 2009 to 7 May
2009.
This is a sources sought synopsis for
the Hydrographic Multibeam
Replacement (HMR) System.
REFERENCE NUMBER: N65236-09-R-
0097.
The Space and Naval Warfare Systems
Center, Atlantic (SSC-LANT) is soliciting
information from potential sources to
provide the next generation
Hydrographic Multibeam Replacement
Sonar System for the Naval
Oceanographic Office (NAVOCEANO).
This system shall replace the existing
multibeam echosounders aboard
Hydrographic Survey Launches (HSLs)
and Autonomous Underwater Vehicles
(AUVs). The new system is to provide
significantly greater spatial resolution,
accuracy, coverage, and depth range.
The proposed system and life-cycle
support services shall include, but not
be limited to the following areas:
manufacturing and delivery of an
estimated 25 systems which includes
equipment spares, installation,
integration, training, and testing.
The following table is a list of minimum
performance capabilities as specified in
the draft Performance Work Statement
(PWS). Potential sources must have
demonstrated expertise and proven
abilities in manufacturing systems
similar to the proposed shallow-water
sonar system. Offeror are requested
to specify if they have a current
production system that can meet the
following minimum requirements:
MINIMUM PERFORMANCE CAPABILITIES
1 Dual-frequency capability,
nominally 200 / 400 kHz.
2 Swath width: minimum 125
degrees.
3 Beamwidths: TX nominal
0.5 degree, RX nominal 1.0 degree.
4 Pole, hull, and AUV
mountable configurations
5 Capable of 100% along
track coverage for all depths up to 10
kts.
6 Beam density, capable of
400 beams per ping. Beam modes
including equal-distant spaced and
equal-angle spaced.
7 Optional configuration for
dual-head, simultaneous operation.
8 Roll and pitch stabilized.
9 Meets or exceeds latest
IHO standards of uncertainty and
feature detection for all orders with
special order down to 40 meters depth.
10 User interfaces and controls
to ensure real-time survey quality with
minimal intervention.
11 Automated bottom tracking
and sonar control.
12 Beamformed
imagery/backscatter available.
13 Data acquisition and
system control to external government
computer systems via Ethernet LAN.
14 Operate within normal
depth range of 0.5m to 400m
15 Interfaces to external
government sensors via serial RS232
and Ethernet (navigation, attitude,
sound velocity, time sync)
16 Manufacturers shall meet a
production delivery lead-time of no
more than 120 days
A copy of the Draft SOW/PWS is posted
at the SPAWARSYSCEN Atlantic E-
Commerce Business Opportunity
webpage. Firms are invited to submit
the appropriate documentation,
literature, brochures, and references
necessary to support that they possess
the capabilities necessary to meet or
exceed the stated requirements. There
is a limit of five (5) pages on data
submitted. Responses shall be
submitted by e-mail to Calvin Howard,
Contracts Specialist Code 22530CH, at
[email protected].
Capability responses must include all
of the following information:
(1) name and address of firm;
(2) size of business, including; total
annual revenue, by year, for the past
three years and number of employees;
(3) ownership, including whether:
Large, Small, Small Disadvantaged, 8
(a), Women-Owned, HUBZone, Veteran
Owned and/or Service Disabled Veteran-
Owned Business;
(4) number or years in business;
(5) two points of contact, including:
name, title, phone, fax, and e-mail
address;
(6) Cage code, DUNS Number (if
available), NAICS code;
(7) affiliate information, including
parent corporation, joint venture
partners, potential teaming partners,
prime contractor (if potential sub) or
subcontractors (if potential prime);
(8) a current list of customers for whom
your company has manufactured and
supplied similar shallow water
multibeam sonar systems in the past
five (5) years information shall
include the following: (i) a summary of
system and or services supplied, (ii)
contract numbers, (iii) contract type,
(iv) dollar value for each contract
referenced, and (v) a customer point of
contact with valid phone number (this
information is required to verify
offerors performance; the government
may contact any reference for further
validation; work not considered similar
to the draft PWS will not be deemed as
relevant.);
(9) for each of the minimum
capabilities cited in the table above,
provide the following information
(recommend using matrix or table
format): (i) if your proposed system
can meet each of the 16 requirements;
(ii) if the capability has been tested;
and (iii) if tested, state when and who
performed the validation; Note: Do not
include any documentation, or
information for any company other
than your own. This is an analysis of
your companys abilities of what it can
or cannot perform exclude any
subcontractor information;
10) list your companys most current
quality or process management system
applicable to the facility where the
system will be manufactured (e.g., ISO-
9001, CMMI maturity level
assessment, etc.)
(11) facility clearances, if held.
Note: Teaming partnerships and joint
ventures envisioned under FAR 52.219-
27(c) and (d) for Serviced Disable
Veteran Owned Small Businesses, and
FAR 52.219-3 (c) and (d) for HUBZone
Businesses established to meet the
provisions of FAR 52.219-
14 Limitations on Subcontracting
should provide the information
requested in items 1 through 11
above, on each of the teaming
partners.
NOTE REGARDING SOURCES SOUGHT
SYNOPSIS: This synopsis is for
information and planning purposes
ONLY and is not to be construed as a
commitment by the Government. This
is NOT a solicitation announcement. No
reimbursement will be made for any
costs associated with providing
information in response to this
announcement, or any follow-up
information requests. The Government
reserves the right to consider a set-
aside for small businesses or one of
the small business preference groups.
(e.g., 8(a), SDVO, etc.). The applicable
NAICS code is 334511 with a size
standard of 750. The Government
estimate for this effort is
$25,000,000. Contractor must submit
their responses via email by 2:00 pm,
Eastern Time on 7 May 2009. We
anticipate this being a firm fixed-price
(FFP), single award type contract for a
period of performance not to exceed
seven (7) years. This is not a follow-
on contract. Please reference No.
N65236-09-R-0097 when responding to
this posting.
Bid Protests Not Available