Florida Bids > Bid Detail

Combat Diving Buoyancy Compensator - Sources Sought

Agency:
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159359360317500
Posted Date: Sep 29, 2023
Due Date: Oct 30, 2023
Source: https://sam.gov/opp/d2680faa6b...
Follow
Combat Diving Buoyancy Compensator - Sources Sought
Active
Contract Opportunity
Notice ID
N61331-23-SN-Q44
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVAL SURFACE WARFARE CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Sep 29, 2023 10:55 am CDT
  • Original Response Date: Oct 30, 2023 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2050 - BUOYS
  • NAICS Code:
    • 339920 - Sporting and Athletic Goods Manufacturing
  • Place of Performance:
    Panama City Beach , FL 32407
    USA
Description

REQUEST FOR INFORMATION



FOR



COMBAT DIVING BUOYANCY COMPENSATOR





The Naval Surface Warfare Center Panama City Division (NSWCPCD) is seeking information on a diver-worn Buoyancy Compensator (BC) for a Self-Contained Underwater Breathing Apparatus (SCUBA) with the following minimum characteristics/capabilities. Please respond if you meet the following, or if you meet 90% of the following:






  • Capable of:





Primary: BC Capable of rapidly removing and replacing scuba cylinders submerged via a BC shoulder and waist buckle system.





Secondary: BC configurable to allow for integrating multiple closed circuit underwater breathing apparatus (UBA) (e.g., MK-16, MODE, MK-25) via a BC shoulder and waist buckle system.






  • Capable of emergency (face up) flotation activated by a one-handed action from the diver or dive buddy.






  • Rated to 300 fsw

    • Primary: Provides a minimum of 32 lbs of lift on surface

    • Secondary: Utilizes self-contained inflation cylinder(s) that provide a minimum of 3.5 Std Cubic Ft of air

    • Provide literature as verification of positive buoyancy requirement








  • Profile and drag should be minimal for long duration combat dive swims.






  • Included power inflator - Have an alternative source of inflation (e.g., oral).






  • Able to integrate single and twin SCUBA cylinder backpack configurations.






  • BC allows quick change out of SCUBA cylinder (s) without removing straps.






  • No less than four (4) Stainless Steel D-Rings throughout the BC.






  • Pouch Attachment ladder System (PALS) throughout front and back of BC.

    • 25 mm (1 in.) wide webbing 38 mm (1.5 in) spacing between each sewing point.

    • Molle throughout BC (e.g., front and back).








  • Cargo storage pockets throughout.






  • Octopus regulator storage pocket.






  • Built-in trim weight pockets.






  • Integrated weight systems must have the ability to be quickly released (ditchable).






  • In air weight less than 10 lbs.






  • Color: Black






  • Sizes: SM, MD, LG, XLG






  • Users must be able to don/doff the system as a singular, integrated device (including attached UBA).






  • Repairable: Capable of being easily disassembled and reassembled for repair of individual components.






  • Operational temperature range of 29°F to 99°F.






  • Operation and Maintenance manual with all repair and replacement parts, corrective maintenance procedures, pre and post dive procedures, and operating procedures.





Respond with the following documentation:





• Company’s name, POC & POC information, address, Cage code and business size.



• Technical literature with complete description and specifications illustrating the ability of the apparatus to meet the above characteristics in this request for information.



• Estimated unit cost for quantities of 5, 50, and 100.



• Estimated quantity of units currently fielded.



• Estimated preventative maintenance costs for 1 and 2 year periods to include replacement parts, O-rings, seals, etc. for 5, 50, and 100 units.





The Navy invites both large and small businesses to address the RFI above. The applicable North American Industry Classification System (NAICS) for this requirement is 339920 and the Product Service Code (PSC) is 2050. Size Standard is 750 employees.





Responses should be submitted electronically, in Portable Document File (PDF) format. Please ensure any supporting documentation does not exceed 6MB and 10 pages. Respondents should submit an initial synopsis (commonly referred to as white paper) which outlines potential solutions based on the ability to meet the performance requirements outlined in this document. Specific information describing how the proposed solution meets the requirements is requested. If a potential solution meets some of the performance requirements, respondents are asked to highlight what can be met and what cannot. For those performance requirements that cannot be met, please detail the level and/or reason for the shortfall. Responses are requested no later than 30 October 2023.





Responses should be prepared using the form attached to this announcement. Please e-mail this form with any supporting pictures or attachments to Nitaya Prater at Nitaya.prater.civ@us.navy.mil or mail to Naval Surface Warfare Center – Panama City Division (Code 023), Attn: Charles Holmes, 110 Vernon Ave, Panama City, FL 32407 and label with the solicitation number and title. NSWC Panama City requests your responses by 30 October 2023. Questions can be submitted electronically to Nitaya.prater.civ@us.navy.mil. The technical point of contact is Charles.g.holmes4.civ@us.navy.mil.





All information shall be provided free of charge to the Government. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary.





This is a Request for Information (RFI) announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement.






Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • PANAMA CTY DIVISION 110 VERNON AVE
  • PANAMA CITY BEACH , FL 32407-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 29, 2023 10:55 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >