Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2025 SAM #8577
SOURCES SOUGHT

19 -- Request for Information for Small Unmanned Underwater Vehicle

Notice Date
5/19/2025 10:49:22 AM
 
Notice Type
Sources Sought
 
NAICS
336612 — Boat Building
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-25-SN-Q32
 
Response Due
6/30/2025 3:00:00 PM
 
Archive Date
07/01/2025
 
Point of Contact
Jim Carruth, Brandon Hayes
 
E-Mail Address
James.carruth2.civ@us.navy.mil, brandon.d.hayes11.civ@us.navy.mil
(James.carruth2.civ@us.navy.mil, brandon.d.hayes11.civ@us.navy.mil)
 
Description
Request for Information for Small Unmanned Underwater Vehicle CONTRACTING OFFICE ADDRESS Naval Surface Warfare Center, Panama City Division 110 Vernon Avenue Panama City Beach, Florida 32407 ADDITIONAL GENERAL INFORMATION This 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: Responses to this RFI are due no later than six weeks from the RFI publish date. If late information is received, it may be considered by the Government Evaluation Team, depending on agency time constraints. PSC � 1940 NAICS � 336612, 1,000 Employees GENERAL INTENT DESCRIPTION The Navy provides this RFI inviting industry to provide information on technologies related to small unmanned underwater vehicles. 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. BACKGROUND The Government is seeking unmanned underwater vehicle 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 capability gaps and potentially buy COTS systems under a small UUV program of record. This RFI is released to support PMS 340�s need for small unmanned underwater vehicles (UUVs). This size is defined as less than 45 inches in length and less than 200 pounds threshold. *Please see table within attached Basic Goals and Requirements document. REQUIRED RESPONSES Limit 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 solution SUBMITTER 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 having authority and knowledge to discuss the submission and the potential for procurement to support rapid fielding. GOVERNMENT CUSTOMERS/INTERESTED ORGANIZATIONS: Identify government customer organizations cognizant of the technology and challenges in utilizing the technology. These should be the organizations/agencies that have interest in the technology and have technical or programmatic expertise for assessing the values of the technology to potential government customers. Identify any relevant related government programs (and/or point of contact), including organization, mailing address, e-mail address, and telephone and FAX numbers. Points of contact that can provide additional information useful to the technology review should be included in an appendix. (Pages in the appendix do not count in the page limitation.) Letters from current or potential government customers expressing an interest in the technology solution and in addressing the challenges are encouraged. Such letters may be included in the appendix, again, without impacting the page limitation. TECHNOLOGY 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 (i.e. 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 TRL of 7. INDUSTRY CAPABILITIES: This section describes industry�s current and expected capability to produce and/or integrate the technology. 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. Report pre-established contract vehicles for awareness. REQUESTS FOR CLARIFICATION / POINTS OF CONTACT: Jim Carruth NSWC PCD, Code A54 110 Vernon Avenue, Panama City, FL 32407 (850) 630-0262 james.carruth2.civ@us.navy.mil Sam Ashby NSWC PCD, Code A54 110 Vernon Avenue, Panama City, FL 32407 850-890-7301 samantha.e.ashby2.civ@us.navy.mil FORMAT & PAGE LIMITATION Submittals 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 DOCUMENTATION Unclassified documentation shall be delivered to the Principal Investigators and copied to the Contracting Office at the following addresses: Principle Investigator: Jim Carruth NSWC PCD, Code A54 110 Vernon Avenue, Panama City, FL 32407 (850) 630-0262 James.carruth2.civ@us.navy.mil Co-Principle Investigator: Sam Ashby NSWC PCD, Code A54 110 Vernon Avenue, Panama City, FL 32407 850-890-7301 samantha.e.ashby2.civ@us.navy.mil Contracting Office: Brandon Hayes NSWC PCD, Code 023 110 Vernon Avenue, Panama City, FL 32407 Voice: (850) 867-6475 brandon.d.hayes11.civ@us.navy.mil INFORMATION APPROACH The Program may or may not select or recommend any of the submitted information for use to develop a project plan. 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. DISCLAIMER This 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 INFORMATION All 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 six weeks from the publish date of the RFI; June 30, 2026. 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 technical point of contact listed above with a copy to the designated Procurement POC. Please note: the Government is not required to provide feedback to RFI responders.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d75e9d6abcee455a8ea49f2fe00b7e68/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN07448311-F 20250521/250519230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.