Pennsylvania Bids > Bid Detail

QYT (2) Video Ray Defender Remote Operated Vehicles (ROV)

Agency:
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159311080689935
Posted Date: Dec 4, 2023
Due Date: Dec 21, 2023
Source: https://sam.gov/opp/11df5f3ad7...
Follow
QYT (2) Video Ray Defender Remote Operated Vehicles (ROV)
Active
Contract Opportunity
Notice ID
N62789ROV4December2023
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SUPSHIP
Office
SUP OF SHIPBUILDING GROTON
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 04, 2023 02:02 pm EST
  • Original Response Date: Dec 21, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Pottstown , PA 19464
    USA
Description

Supervisor of Shipbuilding Overhaul & Repair, Groton, CT (SSGR) intends to award a firm fixed price contract under the authority of FAR 6.302-1; Only one responsible source and no other supplies or services will satisfy agency requirements to: VideoRay, LLC 212 East High St. Pottstown, PA 19464 for a replacement of the VideoRay 4 Remote Operated Vehicle (ROV) which are existing NAVY assets that are nearing end of life. VideoRay, LLC is an established premier Remote Operated Vehicle (ROV) company and they manufacture the VideoRay Defender ROV which is the next generation replacement for the VideoRay 4 ROV. The VideoRay Defender ROV uses an upgraded software and geo-spatial control system that is currently utilized by U.S. Navy Divers and meets all functional and operational requirements. Only one responsible source will satisfy agency requirements and precludes full and open competition. If the NAVY fails to purchase this equipment, Naval Submarine Support Facility (NSSF) Dive Locker will be unable to perform visual maintenance and force protection inspections of submarine and high value national assets and infrastructure. These inspections encompass installed flat patches and cofferdams, submarine running gear, sonar dome marriage line, bottom searches for lost equipment and gear, Anti-terrorism and Force Protection (ATFP) surveillance and numerous other submarine equipment and high value national assets. This procurement is anticipated to be a single award under a firm fixed price contract. The North American Industry Classification System (NAICS) Code is 334511 and the Small Business Size Standard is $1,250 Employees. The Statement of Work (SOW) is attached. The purpose of this sources sought/synopsis notice is to locate and identify qualified 8(a), Hubzone, Women and Service Disabled Vets and Small Business sources to determine if sources exist. Interested 8(a), Hubzone, Women and Service Disabled Veterans and Small Business firms are invited to respond to this sources sought announcement by demonstrating technical capabilities (not to exceed (10) pages not inclusive of cover page) that summarizes relevant experience, knowledge, and capabilities consistent with the effort described in the SOW. Respondents shall provide information related to contracts where the respondent was involved at a comparable level of effort. In addition, interested 8(a), Hubzone, Women and Service Disabled Vets and Small Business firms are invited to respond to this sources sought announcement by providing the following: (1) name and address of applicant(corporate/principal office and socioeconomic status); (2) name, telephone and email address of point of contact; (3) NAICS and Cage Code; (4) contractor’s technical capabilities statement; and (5) the contractor’s technical capability or potential approach to achieving technical ability to perform at least 51 percent of the costs of the proposed contract with its own employees. The Technical Capabilities statement should summarize experience and knowledge relative to the SOW. The respondent should describe qualifications and experience in working with specific relevant work, providing sufficiently detailed descriptions to allow an accurate assessment of relevancy and nature of the work performed. Technical Capabilities will be evaluated on previous and/or current experience. A determination as to whether this acquisition will be a set-aside for 8(a), Hubzone, Women and Service-disabled Veterans and Small businesses will be based upon responses to this notice. Small Business programs identified above are only invited to respond to this sources sought. Interested firms are requested to submit information statements electronically by 2 pm eastern time on 21 December 2023 to the point of contact (POC) email listed. For information regarding this sources sought contact POC, Stephanie Neale, email stephanie.l.neale.civ@us.navy.mil . Proprietary data will be protected when so designated. Acknowledgement of receipt will NOT be made. Availability of any formal solicitation will be announced separately. This is NOT a request for proposal (RFP), invitation for bid (IFB), or an announcement of a solicitation as no solicitation package exists at this time. The request is for informal purposes only. No cost data should be submitted. The Government will not pay for any materials provided in response to this notice or any follow-up information requests. Submittal will not be returned to the sender. Respondents will not be notified of the results of the evaluation. SSGR will utilize the information for technical and acquisition planning only. For future information about this announcement refer to the SAM.GOV website. The requirements for your e-submission are adobe acrobat to create PDF file, 8.5X11 paper, Time New Roman, Font size 11.


Attachments/Links
Contact Information
Contracting Office Address
  • CONVERSION AND REPAIR USN 73 EASTERN POINT RD
  • GROTON , CT 06340-4990
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 04, 2023 02:02 pm ESTSources 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 >