AUTONOMOUS UNDERWATER AND SURFACE VEHICLE (AUSV)
ID: N61331-24-SN-Q33Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)
Timeline
    Description

    The Department of Defense, Naval Surface Warfare Center, seeks to award a sole-source Indefinite Delivery, Indefinite Quantity contract to Ocean Aero Inc. for the supply of two Unmanned Autonomous Underwater and Surface Vehicle (AUSV) systems, with an option for up to three more systems.

    Ocean Aero Inc. is being directly contacted due to their unique ability to meet the specialized requirements for these vehicle systems. The TRITON vehicles are designed to operate both underwater and on the surface, offering a versatile solution for surveillance and data collection.

    Each contract award will be a Firm-Fixed Price arrangement, with a potential value of up to $8 million for the base two systems, and up to $36 million if all options are exercised.

    The key deliverables are the safe delivery and setup of the AUSV systems, along with associated training and support services. The vehicles must be delivered with specified sensors and software, and be capable of seamless transition between underwater and surface operation.

    To be eligible, applicants must demonstrate their ability to meet the technical requirements and possess the necessary facilities and expertise to deliver the specialized vehicles. Experience in developing and manufacturing underwater and surface vehicles is essential.

    Interested parties should respond to the solicitation with a clear proposal outlining their ability to meet the specified requirements. The primary contact for this opportunity, Maximillian Moore, can be reached at maximillian.a.moore.civ@us.navy.mil or 850-771-8592 for further clarification.

    The evaluation of proposals will be based on the applicant's technical capability, past performance, and cost effectiveness. The deadline for submitting applications is stated within the official solicitation document.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    N66001-25-Q-6001 Notice of Intent to Award Sole Source Order to L3 Technologies, Inc.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to L3 Technologies, Inc. for the procurement of an Autonomous Underwater Vehicle (AUV) and associated transportation cases. The specific items required include an Iver3 Base AUV with mission planning software, various electronic and propulsion cases, and a collapsible stand, all manufactured by L3 Technologies. This procurement is critical for enhancing the Navy's capabilities in search, detection, navigation, and guidance operations. Interested vendors may submit their capability statements or inquiries to Contract Specialist Zachary T. Pilkington via email by September 26, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    Purchase of an Otter Unscrewed Vessel
    Active
    Interior, Department Of The
    The Department of the Interior, through the United States Geological Survey (USGS), is seeking to procure an Otter Uncrewed Surface Vessel (USV) to enhance hydrographic surveying capabilities for the Upper Midwest Environmental Sciences Center. This acquisition aims to support ongoing projects related to shallow water bathymetry and river current studies, which are critical for habitat research of native mussels. The Otter USV is uniquely suited for this purpose, as it integrates seamlessly with existing sensors and is the only model that meets the project's technical specifications. Interested small businesses must submit their quotes by September 19, 2024, with delivery expected within 45 days of contract award and training to follow within 90 days. For further inquiries, potential vendors can contact Cheryl Theeke at ctheeke@usgs.gov or by phone at 303-236-9329.
    61--HYDRAULIC MOTOR-GEN
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of hydraulic motors for the MQ-4C Triton UAV. This request for proposals (RFP) is aimed at acquiring spare parts necessary for the operation and maintenance of the UAV, which plays a critical role in maritime surveillance and reconnaissance missions. Interested vendors are required to submit their quotes via email to Christopher Kilcours at christopher.kilcours@navy.mil by the specified closing date in the solicitation. For further inquiries, potential bidders can contact Mr. Kilcours directly at 215-697-3992.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    SOLE SOURCE – Procurement of Hydrophone Windows and Cable Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is soliciting proposals for the sole-source procurement of hydrophone windows and cable assemblies essential for the TR-333 Hydrophone Program. The contract encompasses the manufacture of hydrophone windows, hydrophone cables, thermistor cables, and transducer cables, with specific requirements outlined in the Request for Proposal (RFP), including compliance with federal acquisition regulations and detailed inspection procedures. These components are critical for maintaining the operational effectiveness of the TRIDENT Submarine Fleet, ensuring the continued functionality of current technologies. Interested contractors should contact Steven Junkins at steven.l.junkins2.civ@us.navy.mil for further details, with the initial batch of items due 180 days post-contract award.
    Operation and Maintenance of five (5) T-AGOS Ocean Surveillance Vessels, and one (1) T-AGM Range Instrumentation Vessel
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for the operation and maintenance of five T-AGOS Ocean Surveillance Vessels and one T-AGM Range Instrumentation Vessel. The procurement aims to ensure the effective functioning and upkeep of these vessels, which play a critical role in maritime surveillance and range instrumentation operations. This opportunity is set aside for small businesses, with the solicitation currently available on the Procurement Integrated Enterprise Environment (PIEE) platform, and the closing date for proposals has been extended to October 9, 2024, at 3:00 PM. Interested parties can reach out to Delicia Carswell at delicia.o.carswell.civ@us.navy.mil or Khalia Dixon at khalia.n.dixon.civ@us.navy.mil for further inquiries.
    Oahe - ROV Sonar System
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is preparing to issue a Request for Quote (RFQ) for the procurement of a Remote Operated Vehicle (ROV) Sonar System, with a presolicitation notice expected on or about September 17, 2024. The contract will require the delivery of a sonar system featuring dual frequency capabilities, a 500m depth rating, and associated installation and training services for the Oahe Project Office located near Pierre, South Dakota. This equipment is crucial for underwater detection and navigation tasks, enhancing operational capabilities in aquatic environments. Interested small businesses must ensure they are registered in the System for Award Management (SAM) and can obtain solicitation documents via SAM.gov, with the solicitation closing anticipated around September 20, 2024. For further inquiries, potential bidders can contact Erin Patton at erin.m.patton@usace.army.mil or by phone at 605-905-3401.
    60’ Navy Dive Boat - PM& Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting proposals for the maintenance and repair of a 60-foot Navy Dive Boat, with the contract designated as RFQ N3904024R0132. The procurement aims to ensure the operational readiness of the vessel by addressing scheduled maintenance and necessary repairs, including work on diesel engines, generators, and safety equipment, with a focus on adhering to OEM standards. This initiative is critical for maintaining the integrity and safety of naval operations, and the contract will span a base period from September 30, 2024, to September 29, 2025, with four optional extension periods available. Interested contractors must submit their quotations by September 20, 2024, at 11 PM EST, and can direct inquiries to Tom Fuller at thomas.g.fuller17.civ@us.navy.mil or Chuck Chase at charles.e.chase23.civ@us.navy.mil.
    Long Range BAA for the Undersea Security Program
    Active
    Dept Of Defense
    Here is a summary of the federal contract opportunity, titled Long Range BAA for the Undersea Security Program: Opportunity Overview The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs office, seeks proposals for its Undersea Security Program. This Broad Agency Announcement (BAA) invites innovative solutions and services in the realm of undersea warfare and submarine security. The primary objectives are to enhance undersea capabilities and improve submarine survivability. Scope of Work Successful awardees will be expected to perform tasks encompassing research, analysis, and development. This includes wargaming, modeling, and assessments of undersea warfare scenarios, as well as developing strategies to improve the survivability of submarines and unmanned undersea systems. The focus should be on delivering comprehensive reports, both progress and final, along with any associated software or hardware outputs. Awardees will be required to adhere to strict timelines and provide regular updates. Eligibility Criteria Proposers for this contract must demonstrate expertise and experience in their respective fields, aligning with the specific research and development objectives. The Navy encourages participation from small businesses and requires large businesses to have a subcontracting plan in place. Offerors must strictly adhere to the numerous FAR, DFARS, and NMCARS provisions mentioned in the BAA, encompassing cybersecurity, telecommunications, and equal opportunity requirements. Additionally, they must ensure compliance with the required security measures and controlled unclassified information safeguards. Funding and Contract Details The contract is expected to be funded through the Department of the Navy's budget. The BAA remains open for a period of approximately one year, with periodic reviews of submissions. Key funding details include an estimated value of between $100,000 and $500,000 for individual awards. Submission Process Proposals must be submitted electronically, with a deadline of August 10, 2024, or until a successor BAA is issued. The Navy encourages offerors to carefully follow the specified format requirements, ensuring compliance with the detailed cost proposal guidelines and the provision of certified cost and pricing data. Evaluation Criteria Evaluation of proposals will consider three primary factors: technical merit, naval relevance, and availability of funds. The technical merit of proposals will be assessed based on the thoroughness and reasonableness of the approach, while cost-effectiveness and compliance with relevant regulations will also be taken into account. Contact Information For further clarification or inquiries, interested parties can contact the primary point of contact, David Shriner, at david.shriner@ssp.navy.mil or (202) 451-3262. A secondary point of contact is also provided: Alexandra Hiser at alexandra.hiser@ssp.navy.mil or (202) 451-3623. This summary provides an overview of the key aspects of the opportunity, combining information from the government listing and associated files. Let me know if you would like me to clarify any part of the summary or extract any additional details from the files.