Florida Bids > Bid Detail

Sources Sought Announcement for Standoff Target Reacquire Identify Detection Expeditionary Navigation Tool (STRIDENT) Production Systems, Engineering, Logistics, and Sustainment Support

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159471456910739
Posted Date: Mar 21, 2023
Due Date: Apr 5, 2023
Solicitation No: N61331-23-SN-Q20
Source: https://sam.gov/opp/a09f79cb20...
Follow
Sources Sought Announcement for Standoff Target Reacquire Identify Detection Expeditionary Navigation Tool (STRIDENT) Production Systems, Engineering, Logistics, and Sustainment Support
Active
Contract Opportunity
Notice ID
N61331-23-SN-Q20
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: Mar 21, 2023 10:14 am CDT
  • Original Response Date: Apr 05, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6665 - HAZARD-DETECTING INSTRUMENTS AND APPARATUS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Panama City Beach , FL 32407
    USA
Description

SOURCES SOUGHT ANNOUNCEMENT FOR STANDOFF TARGET REACQUIRE IDENTIFY DETECTION EXPEDITIONARY NAVIGATION TOOL (STRIDENT) PRODUCTION SYSTEMS, ENGINEERING, LOGISTICS, AND SUSTAINMENT SUPPORT





The purpose of this Sources Sought notice is to comply with Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement. The Naval Surface Warfare Center Panama City Division (NSWC PCD) intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ type contract containing Firm Fixed Price (FFP) and cost-type elements on a sole source basis to Cardinal Point Captains, Inc. (CAGE Code 5M4X7, SDVOSB) 5005 Texas St Ste. 104, San Diego, CA 92108, for 200 each Blueprint Subsea brand ArtemisPRO advanced diver navigation and sonar imaging systems in support of the U.S. Navy Standoff Target Reacquire Identify Detection Expeditionary Navigation Tool (STRIDENT) program. This proposed contract action is a full rate production request based on Other Transaction Authority, whereby the Agreements Officer has furnished to the Contracting Officer sufficient documentation that the initial action was completed using competitive procedures and that only participating entity most met all U.S. Navy requirements to move into production under a FAR based proposed contract. STRIDENT is a one person deployable imagery and diver navigation system which will be utilized to support a variety of missions for U.S. Navy Explosive Ordnance Disposal (EOD) and Mobile Diving and Salvage (MDS) forces. These devices will be used to search, detect, locate, reacquire and identify mines, other underwater explosive threats, and other objects of interest during EOD and MDS operations to include, but not limited, to Mine Countermeasures (MCM), Underwater Search, and Expeditionary Salvage diving operations. Cardinal Point Captains, Inc. represents the original end manufacturer of the ArtemisPRO, Blueprint Design Engineering Limited in the United States, and it is the authorized representative to resell these devices for this proposed contract action.





The anticipated contract will contain a 12-month base period for 50 each, five 12-month ordering periods for 30 each respectively. The anticipated PSC, NAICS Code, and Size Standard are as follows:





PSC: 6665, Hazard-Detecting Instruments and Apparatus



NAICS Code: 334511



Size Standard: 1,250 employees





THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. It is intended that no solicitation will be available for this procurement. However, information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice.





SUBMISSION CONTENT: Written responses are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following:





a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base.





b) NSWC PCD requests that companies respond by submitting (1) a summary outline and capabilities statement showing how requirements (summarized above) for the acquisition of Sensor Interface Units will be met; (2) contract numbers and descriptions for similar type work and products as evidence of capabilities; (3) a description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement; (4) any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability.





Submit responses to Maximillian Moore at Maximillian.A.Moore.civ@us.navy.mil and Tommy Bushman at tommy.l.bushman.civ@us.navy.mil by 12:00 PM CDT 5 April, 2023. Please reference N61331- 23-SN-Q20 as your email subject line.





This sources sought announcement 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 for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the Government’s capability assessment.





This sources sought closes on Wednesday, April 5, 2023, 12:00 pm CDT.


Attachments/Links
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
  • Mar 21, 2023 10:14 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 >