Next Generation Gertrude

Agency: DEPT OF DEFENSE
State: Washington
Type of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Posted: Oct 18, 2022
Due: Nov 21, 2022
Solicitation No: N0025322R0032
Publication URL: To access bid details, please log in.
Follow
Next Generation Gertrude
Active
Contract Opportunity
Notice ID
N0025322R0032
Related Notice
N0025322R0032
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVAL UNDERSEA WARFARE CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Oct 17, 2022 04:27 pm PDT
  • Original Published Date: Sep 22, 2022 08:13 am PDT
  • Updated Date Offers Due: Nov 21, 2022 05:00 pm PST
  • Original Date Offers Due: Nov 04, 2022 05:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 01, 2023
  • Original Inactive Date: Jun 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5845 - UNDERWATER SOUND EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Keyport , WA 98345
    USA
Description

Naval Undersea Warfare Center Division (NUWC) Keyport is posting this solicitation for the Next Generation Gertrude (NGG) device that will be used onboard US Navy ships. The NGG Underwater Communicator will be a stand-alone system capable of replacing currently installed AN/WQC-2A systems on CRUDES platforms and supporting installation on new construction vessels. To accomplish this, NGG will utilize existing program of record transducers and established electronic interfaces necessary to transmit and receive single-sideband modulated voice, audio, and continuous wave signals acoustically through the water medium. NGG will be a STANAG-compliant system capable of communication with other STANAG compliant underwater communicators currently in use by U.S. Naval forces (e.g. AN/WQC-2A).





Award will be made to a single Offeror whose proposal represents the best value to the government using FAR Part 15 Contracting by Negotiation procedures. The applicable NAICS code is 334511, “Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing”, and has a size standard of 1,250 employees. This solicitation is 100% set aside for small business.





The Government will award one (1) firm-fixed-price indefinite-delivery indefinite-quantity type contract, including one (1) first article test unit, training and potentially up to 80 production units. First article units will be required to pass inspection, testing, and Government acceptance before manufacturing of production units. The first article unit must be completed with all inspection, testing and acceptance within 12 months. The initial production unit must be delivered six (6) months after first article acceptance. Offerors are required to provide pricing for FOB Destination shipping to NUWC Keyport WA 98345-7610.





Several of the Exhibits and Attachments identified in Section J are restricted by the Arms Export Control Act and Distribution Statement D and are ONLY available to vendors/contractors appointed data custodian that are registered with Defense Logistics Information Services (DLIS) Joint Certification Program (JCP). Vendors/Contractors that are not registered with DLIS JCP can obtain registration information at www.dlis.dla.mil/jcp/. Restricted technical information is available through sam.gov.





NOTICE: To obtain the documents associated with the solicitation, the Company point of contact identified at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx must send an email request to stacy.e.noble.civ@us.navy.mil. The request shall include company name; complete address; CAGE code; and point of contact name, email address, and phone number. The documents will be provided only to those companies with an active JCP certificate and a minimum Confidence Level Assessment of “Basic” in the NIST SP 800-171 Assessment report contained in the Supplier Performance Risk System.





Offerors wishing to submit a proposal must download the posted solicitation, attachments, and exhibits from this website once access is approved, and frequently monitor the site for any amendments to the solicitation. No paper copies will be accepted. Only digital copies sent via DoD SAFE (https://safe.apps.mil) will be accepted. Failure to respond to the electronically posted solicitation and associated amendments, if applicable, prior to the date and time set for receipt of proposals may render an Offeror’s proposal non-responsive and result in rejection.





Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/ . Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.





Offerors must have a current registration in the System for Award Management (SAM) database, https://sam.gov/. All responsible sources may submit a proposal, which the agency shall consider. Submit inquiries to stacy.e.noble.civ@us.navy.mil.





Questions, comments and feedback on the RFP and associated attachments is encouraged. Please submit all questions in writing to stacy.e.noble.civ@us.navy.mil no later than 25 October 2022. Responses will be posted to this solicitation.


Attachments/Links
Download All Attachments/Links
Attachments
Document File Size Access Updated Date
22R0032 Amendment 1 17Oct22.pdf
207 KB
Controlled
Oct 17, 2022
20R0032 - Section L 17Oct22 CLEAN.pdf
592 KB
Controlled
Oct 17, 2022
20R0032 - Section L 17Oct22 TRACK.docx
52 KB
Controlled
Oct 17, 2022
22R0032 RFP -FINAL 22Sep2022.pdf
812 KB
Controlled
Sep 22, 2022
Exhibit A_NGG_CDRL 21SEP2022.pdf
2 MB
Controlled
Sep 22, 2022
1_NGG_StatementofWork 20SEP2022.pdf
387 KB
Controlled
Sep 22, 2022
2_NGG_PerformanceSpecifications 20SEP2022.pdf
643 KB
Controlled
Sep 22, 2022
Attachment 3 NATO STANAG 1074 REV 4.pdf
286 KB
Controlled
Sep 22, 2022
Attachment 4 Pricing Schedule.xlsx
12 KB
Controlled
Sep 22, 2022
Attachment 5 Past Performance Questionnaire - FINAL.docx
31 KB
Controlled
Sep 22, 2022
MIL-DTL-28840E.pdf
2 MB
Controlled
Oct 04, 2022
MIL-STD-810H.pdf
39 MB
Controlled
Oct 04, 2022
MIL-HDBK-781A.pdf
24 MB
Controlled
Oct 04, 2022
SE340-AH-OMI-010.PDF
18 MB
Controlled
Oct 04, 2022
29 CFR Part 1910 Subpart Z.pdf
18 MB
Controlled
Oct 04, 2022
MIL-STD-1472G.pdf
16 MB
Controlled
Oct 04, 2022
MIL-STD-1472H.pdf
13 MB
Controlled
Oct 04, 2022
MIL-DTL-901E.pdf
10 MB
Controlled
Oct 04, 2022
MIL-STD-129R(2).pdf
6 MB
Controlled
Oct 04, 2022
MIL-STD-461G.pdf
5 MB
Controlled
Oct 04, 2022
MIL-STD-1399-300-1.pdf
4 MB
Controlled
Oct 04, 2022
MIL-STD-2073-1E.pdf
3 MB
Controlled
Oct 04, 2022
MIL-STD-130N(1).pdf
2 MB
Controlled
Oct 04, 2022
SE343-BA-HBK-010.PDF
1 MB
Controlled
Oct 04, 2022
7285537_01_H.pdf
1 MB
Controlled
Oct 04, 2022
NAVSEA DWG 2699897 REV C.pdf
1 MB
Controlled
Oct 04, 2022
MIL-STD-167-1A.pdf
1 MB
Controlled
Oct 04, 2022
7285533_01_D.pdf
952 KB
Controlled
Oct 04, 2022
MIL-HDBK-2036.pdf
703 KB
Controlled
Oct 04, 2022
ANEP-85.pdf
635 KB
Controlled
Oct 04, 2022
NAVSEA DWG 6668521.pdf
341 KB
Controlled
Oct 04, 2022
MIL-P-15024-5.pdf
337 KB
Controlled
Oct 04, 2022
STANAG 1475.pdf
250 KB
Controlled
Oct 04, 2022
MIL-DTL-15024G.pdf
232 KB
Controlled
Oct 04, 2022
file uploads

info alert

Please Sign In: This opportunity has controlled attachments. You must sign in to access them.
Sign In
Contact Information View Changes
Contracting Office Address
  • DIVISION KEYPORT NWCF 610 DOWELL STREET
  • KEYPORT , WA 98345-7610
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Sep 22, 2022[Solicitation (Original)] Next Generation Gertrude
Oct 21, 2022[Solicitation (Updated)] Next Generation Gertrude
Nov 9, 2022[Solicitation (Updated)] Next Generation Gertrude
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow General Services Administration (GSA) seeks to lease office space in Ellensburg, WA

Federal Agency

Bid Due: 5/10/2024

Follow Project 668-CSI-008, Expand and Renovate Building 27 for Additional MRI Active Contract

Federal Agency

Bid Due: 5/06/2024

2022-126 RFP Monthly Utility Bills Printing and Mailing Services Closes 06/16/ 2022 @2:00

Kitsap County

Bid Due: 6/16/2024

Specification Number Type Due Date Time Due - Pacific Title and Solicitation Documents

City of Tacoma

Bid Due: 5/07/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.