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
Sources Sought Notice for Woods Hole Oceanographic Institute (WHOI)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is issuing a Sources Sought Notice for the acquisition of a WHOI Gen 2 Remote Environmental Monitoring Units (REMUS) 600 Autonomous Underwater Vehicle (AUV) from the Woods Hole Oceanographic Institution (WHOI) in Massachusetts. The government intends to award a Firm Fixed Price, follow-on acquisition on a limited source basis, and is seeking responses to assess the capabilities of potential suppliers. The REMUS 600 AUV is crucial for various applications in environmental monitoring and research, highlighting the importance of advanced navigational instruments in defense operations. Interested parties must submit their written responses, including a company profile and capabilities statement, to Trivia Massaline at trivia.s.massaline.civ@us.navy.mil, with no solicitation anticipated and no reimbursement for response preparation costs.
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.
Underwater Training Targets Support Services
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for Underwater Training Targets Support Services. The primary objective of this procurement is to provide waterborne capabilities for transporting and deploying large underwater ordnance training targets, essential for the Navy's Explosive Ordnance Disposal training at Joint Expeditionary Base Little Creek-Fort Story. This contract, which will be awarded as a single Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) agreement, is crucial for enhancing military training capabilities while ensuring compliance with safety and regulatory standards. Interested small businesses must submit their best quotes by the specified deadline, and for further inquiries, they can contact Sherell Brown at sherell.g.brown.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.
DT-511C and DT-592D Hydrophones and Spare Parts
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking small business sources for the production of DT-511C and DT-592D hydrophones and associated spare parts. The procurement involves the design, manufacturing, testing, packaging, and delivery of up to six prototype hydrophones and up to 650 production units, adhering to the Navy's Critical Item Performance Specifications. This initiative is crucial for enhancing undersea warfare capabilities, ensuring that the Navy maintains high-quality hydrophone systems. Interested small businesses must submit a capabilities statement by April 24, 2025, with the anticipated Request for Proposal (RFP) release in May 2025 and contract award expected by December 2025. For further inquiries, contact Kerin Prairie at kerin.m.prairie.civ@us.navy.mil or Keri Gunn at keri.l.gunn.civ@us.navy.mil.
Repair and Maintenance Support Services - K5900 Side Scan System
Buyer not available
The Department of Defense, through the Naval Oceanographic Office (NAVOCEANO), is seeking information from qualified contractors for repair and maintenance support services for its fleet of ten Klein Marine Systems K5900 side scan systems. The objective is to ensure operational readiness by providing evaluations, repairs, and replacement components for these systems, which are critical for oceanographic data collection. This opportunity is framed as a Request for Information (RFI) and Sources Sought Notice, with a potential contract anticipated to be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) type, commencing around July 31, 2025. Interested parties must submit their capabilities statements by April 29, 2025, to the primary contacts, Stephanie Lent and Joseph Caltagirone, via the provided email addresses.
Weapons Effects
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking contractor support for scientific and technical services related to underwater (UNDEX) and air (AIREX) explosion analysis for Navy vessels. The primary objective is to utilize specialized software for simulating underwater shock environments, validating computational models, and conducting damage assessments to enhance ship survivability against weapon effects. This initiative is crucial for advancing the Navy's capabilities in assessing and mitigating the impacts of threat weapon engagements, ensuring operational readiness and compliance with government protocols. Interested parties are encouraged to respond to the Market Research Questionnaire by May 22, 2025, at 1200 ET, and may direct inquiries to Shelby B. O'Neill at shelby.b.oneill.civ@us.navy.mil or Esterlena D Unger at esterlena.d.unger.civ@us.navy.mil.
Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking information from qualified contractors for the repair, restoration, and replacement services of the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a Cost-Plus-Fixed-Fee, Firm-Fixed-Price, and Cost Reimbursement indefinite delivery/indefinite-quantity contract on a sole source basis with Northrop Grumman Systems Corporation, the original equipment manufacturer, to ensure the operational capability of the Fleet’s complex mast systems. This requirement is critical for maintaining submarine communication systems and supporting various Naval commands and international military partners. Interested parties must submit capability statements by 2:00 PM on April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with the anticipated contract award date expected around December 31, 2026.
3 EA. SeaTrac Brand Baseline Acoustic Transponder System -- Total Small Business Set Aside--
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking to procure three SeaTrac brand ultra-short baseline acoustic transponder systems, specifically the X150 model, under a total small business set-aside. This procurement is essential for the Collaborative Underwater Autonomy Under Limited Communications project, where the SeaTrac systems are critical for implementing collaborative localization algorithms that meet specific technical requirements. The acquisition is justified as a limited source purchase due to the unique capabilities of SeaTrac products, which no alternative brands can fulfill, ensuring the project's success. Interested vendors must submit their quotes to Jessica Clark via email by the specified deadline, ensuring compliance with all outlined requirements, including invoicing through Wide Area Workflow (WAWF) and providing a CAGE code.