REQUEST FOR INFORMATION FOR INFRASTRUCTURE AND OBSTACLE LOCALIZATION AND MONITORING FOR UNCREWED VEHICLES
ID: N61331-25-SN-Q05Type: Sources Sought
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
  1. 1
    Posted Oct 25, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 19, 2024, 12:00 AM UTC
  3. 3
    Due Dec 3, 2024, 11:00 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center Panama City Division (NSWC PCD), is seeking information on technologies for localizing and monitoring seabed infrastructure and obstacles using uncrewed underwater vehicles (UUVs) and uncrewed surface vehicles (USVs). The primary objective is to gather capabilities related to sensing and automatic target recognition (ATR) for detecting and monitoring various seabed items, including cables, pipes, and obstacles like nets and wrecks. This initiative is crucial for enhancing underwater operational capabilities and ensuring the effective management of seabed infrastructure. Interested parties, both large and small businesses, are invited to submit their responses by November 26, 2024, to the designated contacts, Trivia Massaline and Bryan Todd, via email, noting that this RFI is for planning purposes only and does not indicate a commitment to procure any items or services.

Point(s) of Contact
Files
Title
Posted
The Naval Surface Warfare Center Panama City Division (NSWC PCD) is issuing a Request for Information (RFI) to gather details on technologies for localizing and monitoring seabed infrastructure and obstacles using uncrewed underwater (UUV) and surface vehicles (USV). The RFI seeks information on sensing and automatic target recognition (ATR) capabilities to detect and monitor items like cables, pipes, nets, boulders, and wrecks. Technologies that can assess the state of seabed infrastructure remotely over time are also of interest. Respondents are requested to provide details about their products, including functionality, technology description, maturity, and country of origin. The NSWC PCD encourages participation from both large and small businesses and requests responses by November 26, 2024. All submissions should be sent via email, emphasizing that this process is for planning purposes only and does not indicate a procurement commitment. The document outlines specific technical points of contact for participants interested in submitting their capabilities. Overall, this RFI reflects a strategic interest in enhancing underwater operational capabilities through advanced technology solutions.
Nov 19, 2024, 2:38 AM UTC
The document addresses questions related to the Request for Information (RFI) N61331 25-SN-Q05, focusing on solutions for seabed infrastructure detection. It clarifies that responding to the RFI is not a prerequisite for future RFP participation, as no RFP is planned at this time. Responses might lead to direct outreach based on the capability and maturity of the technologies proposed. The document indicates that while the primary focus is on seabed infrastructure, the RFI allows for submissions that incorporate one or more sensing modalities, rather than all specified ones. Additionally, although the main emphasis is on seabed detection, capabilities for detecting infrastructure or targets beyond a USV (Unmanned Surface Vehicle) may still be of interest to the reviewing authorities. Overall, this document serves to outline expectations and flexibility regarding submissions in response to the RFI.
Nov 19, 2024, 7:30 PM UTC
The document addresses questions related to the Request for Information (RFI) N61331 25-SN-Q05, focusing on solutions for seabed infrastructure detection. It clarifies that responding to the RFI is not a prerequisite for future RFP participation, as no RFP is planned at this time. Responses might lead to direct outreach based on the capability and maturity of the technologies proposed. The document indicates that while the primary focus is on seabed infrastructure, the RFI allows for submissions that incorporate one or more sensing modalities, rather than all specified ones. Additionally, although the main emphasis is on seabed detection, capabilities for detecting infrastructure or targets beyond a USV (Unmanned Surface Vehicle) may still be of interest to the reviewing authorities. Overall, this document serves to outline expectations and flexibility regarding submissions in response to the RFI.
Lifecycle
Title
Type
Similar Opportunities
Next Generation Fathometer
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is seeking proposals for the procurement of a Next Generation Fathometer, specifically a SONAR Sounding Set. This procurement includes essential components such as a SONAR receiver-transmitter, mounting brackets, remote depth indicators, a SONAR simulator, Navy Tactical Data System A (NTDS-A) converter boxes, and the necessary technical documentation, all to be manufactured in accordance with specified NAVSEA drawings. The SONAR Sounding Set is critical for enhancing underwater detection and navigation capabilities, supporting various naval operations. Interested vendors can find the Request for Proposal (RFP) at https://piee.eb.mil/ by searching for N0025325R7005, and should direct inquiries to Michael Beadle at michael.f.beadle.civ@us.navy.mil or Terrell Burt at terrell.l.burt2.civ@us.navy.mil, with the latter also reachable by phone at (360) 315-0941.
Waterfront Operations, Naval Surface Warfare Center, Carderock Division (NSWCCD)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, Carderock Division (NSWCCD), is seeking contractor support for Waterfront Operations at its Norfolk, Virginia facility. The procurement aims to secure services related to program management, operational oversight, maintenance, and repair of small watercraft, as well as compliance with safety regulations and logistical support. These services are critical for maintaining operational readiness and safety standards for military and governmental watercraft, ensuring effective service delivery in defense-related maritime activities. Interested small businesses are encouraged to respond to the Request for Information (RFI) by submitting their capabilities and experiences, with the anticipated contract award expected to be a cost-plus-fixed-fee (CPFF) indefinite delivery indefinite quantity (IDIQ) contract, projected to be solicited by June 2025. For further inquiries, interested parties may contact Caroline Lira at caroline.x.lira.civ@us.navy.mil or Mike Rossik at michael.e.rossik.civ@us.navy.mil.
60' Dive Boat
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking information from potential vendors regarding the procurement of a 60-foot Dive Boat intended for Navy Dive Lockers and Regional Maintenance Centers. The RFI outlines specific requirements for the boat, including a 60 ft aluminum monohull construction, a minimum payload capacity of 5,990 lbs, and essential features such as twin diesel engines, a complex electrical system, and dive support equipment. This initiative is part of the Navy's operational needs to enhance marine transport and logistical recovery capabilities, with a potential contract award planned for FY25. Interested parties are encouraged to submit their capabilities, production details, and cost estimates by October 31, 2024, and can contact Colin Dwyer or Julian Garibay for further information.
Naval Special Warfare Trident Spectre 25
Buyer not available
The U.S. Naval Special Warfare Command is exploring innovative technologies for its annual Trident Spectre Exercise (Trident Spectre 25), a government initiative focused on multi-agency collaboration and integration of operations. This edition aims to assess critical innovations that facilitate Special Operations Forces' operations in maritime domains, with a specific interest in undersea data mesh networks. Technology providers are invited to submit their solutions electronically via the Vulcan platform between 1 August and 30 August 2024. This opportunity offers a unique window into the world of special operations technology and a chance for industry and academic leaders to influence future naval operations.
Large Vertical Array Production
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources for the development and production of a Large Vertical Array (LVA) for SONAR applications on Ohio Class and Virginia Block III and IV submarines. The LVA will include acoustic sensors, outboard electronic bottles, cables, and fixtures, all designed to withstand harsh underwater environments and integrate with existing sonar systems. Interested parties must submit a capability statement detailing their experience and technical approach by April 18, 2025, and comply with a Terms of Use Agreement for accessing sensitive performance specifications. For further inquiries, contact Matthew Nalls at matthew.a.nalls2.civ@us.navy.mil or Stuart Burman at stuart.burman2.civ@us.navy.mil.
66--Remote Control System for ADCP IAW Salients
Buyer not available
The U.S. Geological Survey (USGS) is seeking proposals for a Remote Control System for Acoustic Doppler technology, specifically designed for TRDI SP Float and TRDI RR/RP Float (Trimaran). The procurement aims to enhance the operational capabilities of Acoustic Doppler Current Profilers (ADCPs) by converting flotation devices into unmanned surface vehicle systems, with specific requirements for speed, communication range, and ease of assembly. This acquisition is crucial for environmental monitoring and research applications, and the anticipated contract award date is April 30, 2025. Interested vendors must submit their quotes by April 8, 2025, and can direct inquiries to Imani Tillman at itillman@usgs.gov.
NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting multiple service contracts under the SeaPort-NxG procurement vehicle. These contracts encompass a range of engineering services, including acoustic trial sustainment, technical support, and logistics, with opportunities available for both unrestricted and small business set-asides. The contracts are critical for supporting naval operations across various locations, including Florida and Hawaii, and are expected to include follow-on Requests for Proposals (RFPs) in fiscal year 2025 and beyond. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further inquiries regarding this opportunity.
USCG Next Generation Surface Search Radar (SSR)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential suppliers regarding the Next Generation Surface Search Radar (SSR) system, aimed at modernizing its navigational and surveillance capabilities. The procurement focuses on replacing outdated radar systems currently in use across various platforms, enhancing situational awareness and operational readiness in maritime environments. This initiative is critical for maintaining safety and compliance with International Maritime Organization (IMO) standards, as the new radar systems will serve as primary tools for collision avoidance and environmental monitoring. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by April 30, 2025, at 12:00 PM ET, and should direct inquiries to Amanda R. Barraclough or Christina M. Grimstead via their provided email addresses.
Small Harbor Tug (YTL) Request for Information (RFI)
Buyer not available
The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking information from U.S.-based shipyards regarding their capabilities to design and construct a new Small Harbor Tug (YTL). The envisioned vessel will be approximately 60-65 feet in length, equipped for ship-assist, towing, and escort duties, and must meet specific Navy requirements, including a minimum bollard pull of 60,000 lbs ahead and 50,000 lbs astern, a minimum speed of 10 knots, and a 48-hour endurance with a 4-person crew. This Request for Information (RFI) is intended for market research purposes and does not guarantee future contracts; however, interested parties are encouraged to respond with relevant capabilities and previous contract experience. Responses and inquiries should be directed to Colin Foster at colin.j.foster.civ@us.navy.mil, with the expectation of supporting detail design starting in mid-2025 and construction beginning in early 2026.
Long Range BAA for the Undersea Security Program
Buyer not available
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.