Federal Bid

Last Updated on 13 Jan 2021 at 12 PM
Sources Sought
Washington navy yard District of columbia

MK18 MOD1 Undersea Unmanned Vehicle (UUV)

Solicitation ID N0002421R6402
Posted Date 13 Jan 2021 at 12 PM
Archive Date 19 Feb 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navsea Hq
Agency Department Of Defense
Location Washington navy yard District of columbia United states 20376

Purpose:

The Department of the Navy, Naval Sea Systems Command (NAVSEA) Program Executive Office Unmanned and Small Combatants (PEO USC) Naval Special Warfare (PMS 340) has a requirement for modification to the Mk18 Unmanned Underwater Vehicle (UUV), as well as related training, logistics, and sustainment support.

The Government is requesting information regarding industry’s interest, technical capability and qualifications, and technical solution to meet the Government’s needs. The Government is interested in the full potential of industry responses, to include small business participation. The small business size standard for NAICS 334511 is 1,250 employees.

Responding to this Notice:

Interested parties shall submit a capability statement that summarizes the proposed technical solution, and successfully proven relevant experience on similar Government or commercial contracts, to meet the following requirements:

1.  MK18 MOD1 UUV Modification in support of the Special Operations Forces - Payload (SOF-P) Configuration, payload integration, and other engineering changes integrated into the MK18 MOD 1 UUV (base vehicle to be provided as GFE). To date, the SOF-P Configuration comprises 10 engineering changes to the MK18 MOD1 UUV baseline configuration. This requirement may be modified in the future to include additional payload integration and engineering changes.

    • Sensors: 
      1. Chirp Sidescan SONAR
    • Communications: 
      1. WiFi Comms
      2. Future Encryption Capability
      3. GIG-E Data Offload
    • Navigation:  
      1. Underwater Cold Start
      2. Commercial GPS
      3. Digital Ultra-short Baseline Navigation
    • Launch & Recovery
      1. Docking LED
      2. Underwater Launch & Recovery
      3. Ranger C2

2.  Expertise in deploying, operating, maintaining, and analyzing data from a wide range of unmanned vehicles, communications systems, and Electro-optical/infrared (EO/IR), radio frequency (RF), acoustic (ACINT), and Intelligence, Reconnaissance and Surveillance (ISR) sensors in Maritime Domain.

3.  Provision of training and training support, with the use of simulators, and covering topics such as: Initial Qualification Training (IQT) and Payload Installation, Maintenance and Troubleshooting.

4.  Detailed product support management, to include engineering support, configuration management, parts ordering and supply/spares support, equipment maintenance, and life cycle sustainment. 

5.  Compliance with Special Operations Forces (SOF) Carry On, as implemented by NAVSEA Instruction 9590.1B.

6.  Compliance with US DOT Hazardous Material Regulations (HMR), Air Force AFMAN-24, and ITAR license.

7.  Manpower and logistics capabilities to support multiple operational UUV units in austere environments world-wide.

In addition to addressing the technical information and solutions identified above, respondents should provide a cover page containing the following company information:

  1. Company name, address, DUNS number, CAGE code, tax identification number, and designated point(s) of contact, including phone numbers and e-mail addresses.
  2. Identify classified facility and secured spaces capable for supporting contract performance.
  3. If a small business, identify type of small business.
  4. Identify Government or commercial contracts within the last five (5) years with similar scope, and provide a brief overview of company responsibilities and outcomes.

ENCLOSURES:

  • Draft DD254, Contract Security Classification Specification
  • NAVSEA Instruction 9590.1B (available upon request; send an email to the POC listed below)

Responses to this Sources Sought notice shall be UNCLASSIFIED and shall not exceed fifteen (15) pages in length, excluding the cover page containing company information. Submissions shall be in Microsoft Word 2010 or searchable Adobe Acrobat Portable Document Format (PDF). Each submission should be electronic (virus scanned) and sent via email to the Point of Contact listed below.  Please submit your email with the subject line, “Mk18 Sources Sought: [Company Name].” Telephonic and oral responses are not acceptable. All responses must be received on or before the “Response Date” specified above.

NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE.

DISCLAIMER AND IMPORTANT NOTES

This Sources Sought notice is issued for informational and planning purposes only and is not to be construed as a commitment by the Government to issue a solicitation or award a contract. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. As such, the Government will not reimburse any costs associated with responding to this notice. 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 should properly mark their responses with the appropriate restrictive markings. Information that is proprietary or competition sensitive may be protected from disclosure under the public records law only if properly labeled as such. The Government may not respond to any specific questions or comments submitted in response to this sources sought notice or information provided as a result of this sources sought. Any information submitted by respondents as a result of this sources sought notice is strictly voluntary. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy and future solicitation. If a solicitation is issued, it will be announced later via beta.sam.gov and all interested parties must respond to that solicitation announcement separately from to the response to this sources sought. Response to this notice is not a request to be added to a bidders list or to receive a copy of a solicitation.

Bid Protests Not Available

Similar Past Bids

Washington navy yard District of columbia 06 Jan 2021 at 2 PM
Newport Rhode island 21 May 2018 at 5 PM
Location Unknown 21 Oct 2016 at 11 AM
Location Unknown 22 Nov 2016 at 8 PM

Similar Opportunities

Mechanicsburg Pennsylvania 28 Jul 2025 at 6 PM
San diego California 30 Sep 2025 at 4 AM (estimated)
Quantico Virginia 19 Feb 2028 at 5 PM
Washington District of columbia 14 Jul 2025 at 9 PM