Short Endurance - Small Unmanned Surface Vessels

expired opportunity(Expired)
From: Federal Government(Federal)
N61331-24-SN-Q20

Basic Details

started - 19 Apr, 2024 (8 days ago)

Start Date

19 Apr, 2024 (8 days ago)
due - 26 Apr, 2024 (1 day ago)

Due Date

26 Apr, 2024 (1 day ago)
Bid Notification

Type

Bid Notification
N61331-24-SN-Q20

Identifier

N61331-24-SN-Q20
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709016)DEPT OF THE NAVY (156966)NAVSEA (28121)NAVSEA WARFARE CENTER (18948)NAVAL SURFACE WARFARE CENTER (3479)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Information (RFI)forShort Endurance – Small Unmanned Surface VesselsCONTRACTING OFFICE ADDRESSNaval Surface Warfare Center, Panama City Division110 Vernon AvenuePanama City Beach, Florida 32407 ADDITIONAL GENERAL INFORMATIONThis is a Request for Information (RFI) as defined in FAR 15.201(e) to obtain information about pricing, delivery, and other market information or capabilities for planning purposes. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Companies that respond will not be paid for the information submitted. The Government will be utilizing Government personnel only under this RFI. The role of these Government personnel is to function as reviewers. These personnel will have access to the information submitted in response to the RFI, and will provide technical expertise and/or advice as required. All personnel have
Non-Disclosure Agreements on file with the Government. NOTE: If late information is received after offers due date, it may be considered by the Government Evaluation Team, depending on agency time constraints. PSC – 1940NAICS – 336612, 1,000 EmployeesGENERAL INTENTDESCRIPTIONThe Navy provides this RFI inviting industry to provide information on technologies related to short endurance, unmanned surface vessels. Industry responses to the RFI will be assessed and may assist in identifying potential future actions.Note: There is no guarantee that any submitted topic will be funded, and responders to this RFI will have no competitive advantage in receiving awards related to the submitted topic area. The information submitted in all responses may be utilized to help the Government further define its requirements. If the Government develops a project that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve project objectives.BACKGROUNDThe Government is seeking unmanned surface vessel technologies that will meet some or all of the performance requirements below. Meeting all requirements of this RFI is not mandatory. The Government wants to understand the market space and potentially work with vendors to close identified gaps for a rapid fielding Middle Tier Acquisition (MTA)This RFI is released to support PMS 340’s need for small unmanned surface vessels (USVs). The requirements below are specific to “short endurance” USVs. Small unmanned surface vessels are defined as less than 14ft in length with a 4ft beam or less and less than 1000 lbs. There is a possibility of two variants, a short variant less than 6 feet and larger variant with a maximum length of 14 feet. Mono hulls are preferred but all will be considered.Basic Goals/RequirementsThe following is a list of basic goals/requirements for the USV. Again, responses encouraged even if all cannot be met.TransportabilityUSV-001The USV shall be transportable to and from an operational area by an unmodified Combat Craft Medium (CCM) Mark 1.USV-002The USV shall be transportable to and from an operational area by an unmodified Combatant Craft Assault (CCA). Towing the USV from a CCA is acceptable if towable at operationally relevant speeds.USV-003Handling to launch and recover the USV requires less than five personnel.USV-004The USV shall be towable by host platformPerformanceOperational duration of 4 hoursUSV-005ConditionsSea state two10 lbs of interchangeable payload with an average power draw of 10 watts for 4 hours.USV-006Speed15 knot “sprint” for two minutesMaintain 4 knots for two hoursRemaining time can be in loiterUSV-007Maneuverability/StabilityThe USV shall have the ability to hold station plus or minus 15 meters in sea state two with 15 knot winds.USV-008AutonomyThe USV shall have some level of autonomy to execute a preplanned mission and make changes based on the input it is given by integrated sensors.PayloadUSV-009Ability to power and provide data to and from vehicle and payload.USV-010The USV shall be compatible with the USSOCOM Modular Payload A-Kit.USV-011In less than 90 minutes, a team of two trained operators shall be capable of changing payloads without altering other subsystems or power supplies, execute a payload built-in-test, and return the vehicle to mission ready status. CommunicationUSV-012USV shall have the ability to receive and transmit C2 and payload data via line of sight links.USV-013USV shall have the ability to receive and transmit C2 and payload data (dependent on size) over the horizon. EnergyUSV-014The energy sources for the USV should be something that can be produced, refueled, or recharged in an austere environment, and is suitable for use on Naval surface ships.USV-015Lithium Ion batteries are acceptable but additional information on the batteries used is requested. Ease of useUSV-0016With trained personnel, the USV shall require a maximum of 60 minutes to set-up, calibrate, and field test (pre-mission checklist).EnvironmentalUSV-017All system equipment directly exposed to the environment during maritime operations shall be designed to resist corrosion from salt spray/fog.OPTIONALUSV-018Transit a minimum 50 nmUSV-019Low signature and survivability capabilities that minimize detection during field operationUSV-020Cyber hardening capabilities for data-at-rest (DAR) and data-in-transit (DIT) including zeroing data through scuttle and hard drive removalUSV-021Hybrid Power TrainREQUIRED RESPONSESLimit RFI responses to 5 pages. Responses containing Contractor proprietary information must be marked and transmitted in accordance with Contractor company requirements. Proprietary information can be submitted by either encrypted email or CD/DVD digital media. CLASSIFIED SUBMISSIONS ARE NOT PERMITTED. Note: See Format and Page Limitations and Submission of Documentation paragraphs for additional instructions. Responses are preferred in the following format:TITLE: Descriptive title for technology solutionSUBMITTER INFORMATION: Responses should include the company name, location of company, and the title, telephone number, and both mail and e-mail addresses of a point of contact (POC) having authority and knowledge to discuss the submission and the potential for procurement to support rapid fieldingTECHNOLOGY DESCRIPTION/ SOLUTION IMPACT: This section provides essential background information on the technology. This section should include at least the following:Technology Description. The technology/approach and its current and future uses.Benefits. The potential advantages of the offered technology over alternative technologies in terms of cost, performance, maturity, and other factors.Operational Description. General description of command and control. Information on operational intent (ie in protected waters, sea state less than X etc.)Technical Readiness Level. Provide the estimated technical readiness level (TRL) of the platform and a short justification of this level. Rapid fielding requires commercial of the shelf (COTS) or minimum Technology Readiness Level of 7. INDUSTRY CAPABILITIES: This section describes industry’s current and expected capability to produce and/or integrate the technology. Please also provide the lead time required to produce a single system.CRITERIA: Please succinctly address how the technology offered will comply with one or more of the basic requirements/goals listed above.COST/FUNDING ESTIMATES: High-level cost estimates of implementing the offered technology development. Contract vehicles must be pre-established to provide the option of procurement for rapid fielding.FORMAT & PAGE LIMITATIONSubmittals should be provided on standard letter size 8-1/2 by 11 inch paper, limited to a maximum of 5 single sided, 1.5-spaced pages. Cover sheet not included in page limit. The font for text should be Times New Roman 12-point or larger. The Responder may use oversize pages (including “foldouts”) where appropriate to contain graphic presentations. Oversize pages do not count as extra pages within the page limitations. Submitted responses should be in Microsoft Word or Adobe Acrobat format. Existing commercial documentation and product literature can also be submitted and is not subject to a page limitation.SUBMISSION OF DOCUMENTATIONUnclassified documentation shall be emailed to the primary Contracting Office POC and copied to the Principal Investigators as follows:Contracting Office:Nitaya PraterNSWC PCD, Code 023110 Vernon Avenue, Panama City, FL 32407nitaya.prater.civ@us.navy.milPrinciple Investigator:Erica DavisNSWC PCD, Code E11110 Vernon Avenue, Panama City, FL 32407(850) 235-5795erica.c.davis8.civ@us.navy.milCo-Principle Investigator:Holli Van CampNSWC PCD, Code E11110 Vernon Avenue, Panama City, FL 32407(850) 624-8535holli.g.vancamp.civ@us.navy.milINFORMATION APPROACHThe Program may or may not select or recommend any of the submitted information for use to develop a project plan. Projects developed from this information would be competed in a full and open competition. The Navy, as the DoD Executive Agent for the Program, is not required to provide feedback to responders. NSWC-PCD utilizes the RFI process to help identify/develop potential programs and to determine if there is an industrial base to address Government needs. Upon receipt of RFI responses, NSWC-PCD reviews the submissions to determine the utility of the information and the merit of the proposed technical solution. If an RFI response does identify a potential program that meets the criteria stated in the NSWC-PCD BAA and is appropriate, dialogue may ensue between NSWC-PCD and appropriate Government agencies to determine if a funding source can be established. If the preceding considerations are met, NSWC-PCD may pursue a program. In the pursuit of a program, the Government may communicate with the initiator of the RFI response. A definitive timeframe cannot be determined because the process is contingent upon a number of different variables. If feedback is not provided for an RFI response within 45 days, it is likely that the Government is not pursuing the information/solution further. DISCLAIMERThis is a Request for Information (RFI) only, as defined in FAR 15.201 (e), to obtain information about pricing, delivery, and other market information or capabilities for planning purposes. This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Companies that respond will not be paid for the information submitted.No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. All information received shall be safeguarded from unauthorized disclosure.ADDITIONAL INFORMATIONAll responsible sources may submit information in response to this RFI that shall be considered by the agency. Responses to this RFI are due no later than 30 days from the publish date of the RFI. If late information is received, it may be considered by the Government Evaluation Team, depending on agency time constraints. All routine communications regarding this announcement should be directed to the designated Contracting Office POC, nitaya.prater.civ@us.navy.mil. Please note: the Government is not required to provide feedback to RFI responders.

Location

Place Of Performance : N/A

Country : United StatesState : FloridaCity : Panama City Beach

Office Address : PANAMA CTY DIVISION 110 VERNON AVE PANAMA CITY BEACH , FL 32407-7001 USA

Country : United StatesState : FloridaCity : Panama City Beach

Classification

naicsCode 336612Boat Building
pscCode 1940Small Craft