COBRA Block II Program
Process Number N00024-22-R-6402
Dates:
N00024-22-R-6402
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:NAVSEA HQ
Office:NAVSEA HQ
General Information:
(utc-05:00) eastern standard time, new york, usa
Updated Published Date:(utc-05:00) eastern standard time, new york, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:jan 14, 2022 05:00 pm est
Inactive Policy:manual
Original Inactive Date:jan 15, 2022
Initiative:- None***--***
Classification:
total small business set-aside (far 19.5)
Product Service Code:1240 - optical sighting and ranging equipment
NAICS Code:334511 - search, detection, navigation, guidance, aeronautical, and nautical system and instrument manufacturing
Description:
The Naval Sea Systems Command (NAVSEA), on behalf of Program Executive Office Unmanned and Small Combatants (PEO USC) (Mine Warfare Program Office (PMS 495)), intends to issue a solicitation, N00024-22-R-6402, for the award of the design, development, and production of the Coastal Battlefield Reconnaissance and Analysis (COBRA) Block II system. It is anticipated that the contract type will be Cost-Plus Fixed-Fee (CPFF) for the development of up to three (3) Engineering and Manufacturing Development Models (EDMs) and Fixed Price (FP) for up to five (5) Low Rate Initial Production (LRIP) units for the COBRA Block II. The COBRA Block II system, when fully developed, will be a battlefield reconnaissance and analysis system designed to conduct aerial tactical reconnaissance in the littoral battlespace for the detection and localization of individual Mine-Like Objects (MLOs), Minefields (MFD), Minelines (ML) and obstacles in the Surf Zone (SZ) and Beach Zone (BZ); for the detection and localization of surface and near-surface MLOs in Very Shallow Water (VSW); and for the detection and localization of surface and near-surface MLOs (moored or drifting) in Shallow Water (SW) through Deep Water (DW) in the day or night. The Government received valuable market research from industry feedback in response to a sources sought notice posted on beta.SAM.gov on 10 July 2020. The capability statements and technical solutions submitted by potential offerors identified broad interest from numerous responsible industry partners. Based on this research the Government has decided there is a potential for two or more small business concerns capable of competing for the requirement as a Small Business Set-Aside (FAR 19.502-2(b)). As a result, the Government intends to release Solicitation N00024-22-R-6402 for limited competition and on a Small Business Set-Aside basis. The requiring activity, PMS 495, coordinated with the Office of Small Business Programs (NAVSEA 00K) and the Deputy Director for Small Business Programs in this determination. No Industry Day is anticipated for this procurement at this time. The solicitation will be issued electronically via Sam.gov at https://sam.gov and interested parties must comply with that announcement’s requirements to be considered eligible for the competition. Interested offerors should monitor the Sam.gov page for the release of the solicitation and any applicable amendments. Offerors must be registered in the System for Award Management (SAM) in order to participate in this procurement at https://www.sam.gov/portal/public/SAM/ and meet the criteria to as a Small Business concern. A Request for Proposal (RFP) is anticipated to be released in the 2nd quarter of fiscal year 2022. To better inform industry of this requirement a draft Statement of Work (SOW) has been included with this announcement. Response Deadline and Submissions: No responses to this industry notice are requested at this time, but industry feedback is welcome. If a capable and interested party intends to provide feedback, please do so no later than 14 January 2022 at 5:00 PM EST. Responses shall be submitted via e-mail only to matthew.c.hedrick.civ@us.navy.mil, with a CC to Brandon.l.siggers.civ@us.navy.mil. Please reference “Your Company Name – Cobra Block II” in the subject line. DISCLAIMER This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Therefore any cost associated with the submission is solely at the interested vendor's expense. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. Submissions will not be returned.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
1333 ISAAC HULL AVE SE
WASHINGTON NAVY YARD , DC 20376-5000
USA
Primary Point of Contacts:Matthew C. Hedrick
Secondary Point of Contact:Brandon Siggers