Inactive
Notice ID:N66604-19-R-0277
Note: a synopsis for the following requirement was previously posted on November 14, 2017 under the solicitation number N66604-18-R-0015. This synopsis can be found at the following address: https://w...
Note: a synopsis for the following requirement was previously posted on November 14, 2017 under the solicitation number N66604-18-R-0015. This synopsis can be found at the following address: https://www.fbo.gov/index.php?mode=form&id=94cbebb7d396a466565cfa32559944a0&tab=ntype. The synopsis was subsequently updated on August 3, 2018. This updated synopsis can be found at the following address: https://www.fbo.gov/index.php?s=procurement&mode=form&tab=step1&id=d600e8f7a5b1d7ae6c927824a7e0cf18&tab=ntype&_cview=0. This procurement is being processed on an unrestricted, sole source basis as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP) and the Small Business Administration Procurement Center Representative. The North American Industry Classification System (NAICS) Code for this acquisition is 334511. The Small Business Size Standard is 1,250 Employees. The Naval Undersea Warfare Center, Division Newport, RI (NUWCDIVNPT) intends to enter into a Firm-Fixed Price (FFP), sole source, five year Indefinite Delivery, Indefinite Quantity (IDIQ) type contract with Hydroid, Inc. of Pocassett, MA (CAGE Code: 4Z5A9), in accordance with the attached solicitation. This procurement is for Upgrade Payload Modules (CLIN 0001), expendable Data Transfer Devices (CLIN 0002), expendable Acoustic Markers (CLIN 0003), a Technical Data Package (CLIN 0004) and incidental familiarization services (CLIN 0005) for the MK 18 Mod 2 Unmanned Underwater Vehicle (UUV). Specific Periods of Performance and Delivery Requirements will be detailed in individual orders. However, delivery will be F.O.B. Destination: Naval Information Warfare Center (NIWC), 4297 Pacific Hwy, San Diego CA 92110. The proposed contract action is for hardware and incidental services for which the Government intends to negotiate with only one source under the authority of 10 U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1, Only One Responsible Source. The Government's need to maintain the capabilities, support or continue capability development of the REMUS MK 18 Mod 2 vehicles can only be met by Hydroid Inc. Hydroid Inc. owns the exclusive rights to manufacture and service REMUS vehicles for the open market. Hydroid Inc. is the only qualified vendor capable of providing the required hardware and associated configuration control, product software and training for all REMUS UUV variants at a reasonable cost to the Government without significant delay that would impact the fleet (see attached Justification and Approval). Responses to the attached RFP N66604-19-R-0277 must be received by 2:00PM EST on Tuesday, May 21st, 2019. Inquiries regarding this requirement shall be submitted via email to the following point of contact: Justin Monti at Justin.g.monti@navy.mil.