SOURCES SOUGHT
19 -- Request for Information
- Notice Date
- 10/20/2016
- Notice Type
- Sources Sought
- NAICS
- 336612
— Boat Building
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-17-R-2202
- Point of Contact
- Roxie Thomas, Phone: 2027815331, Brenda Uyeda, Phone: 2027813928
- E-Mail Address
-
roxie.thomas@navy.mil, brenda.uyeda@navy.mil
(roxie.thomas@navy.mil, brenda.uyeda@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- PURPOSE: This is a Request for Information (RFI) notice only. This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. This RFI is for informational planning purposes and it not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This RFI does not commit the Government to contract for any supply or service. The Government will not pay for any effort expended or any material provided in response to this announcement. All costs associated with responding to this RFI are solely at the responding parties' expense. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative because of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations. The Naval Sea System Command (NAVSEA) is hereby issuing a RFI on behalf of the Support Ships, Boats, and Craft Program Office (PMS 325), to assist in informing the procurement phase to recapitalize Barracks Craft - Small (APL(S)). These craft are currently in use by U.S. Fleet Forces Command and Pacific Fleet Command. Design and construction of one craft will be awarded initially, with options for five additional craft. This RFI will inform the Navy of small-business design and construction capabilities available for the APL(S) program. Please note that although this RFI is open to all interested parties only small-business shipyards located in the U.S. will be eligible to submit a proposal should an RFP be issued for APL(S). For purposes of this request only, the Navy is contemplating acquiring one (1) craft with options for up to five (5) additional craft in the four years following the base contract award. As a basis for the response to this request, it should be assumed that the first vessel would be contracted for construction in the U.S. in the Government Fiscal Year (FY) 2017. DESCRIPTION: Periodically, ships become uninhabitable due to repair and overhaul work. As a result, the crew support and operational support normally furnished aboard must be provided at an off-ship location. Crew support includes berthing for the duty crew and restricted men and messing, and Supply and Administrative department services to the total crew. Barracks craft, commonly called "berthing barges," have historically been used to provide this off-ship support. These craft allow the ship's duty crew to be located close to the ship (reducing response time to fire, flooding, and other events requiring prompt action), provides ready access to Supply and Administration department services to the crew, can be towed to locations requiring this support, and minimizes man hours needed to transport and feed the crew. The new APL(S) craft will be non-self-propelled and will be employed as a moored, floating facility, capable of providing berthing for 600 personnel, messing for 1,130 personnel, and work and living space support for these personnel. APL(S) will provide support for a ship's crew of up to a Ford Class Aircraft Carrier (CVN) during a ship repair or overhaul period. On-board facilities will include berthing, galley, mess rooms, scullery, classrooms, conference rooms, administrative offices, local area network (LAN) room, disbursing office, bank, post office, convenience store, barbershop, lounges, laundry facilities, physical fitness center, chaplain's office, medical complex, and quarterdeck. APL(S) craft will usually be employed in or near US Navy and civilian shore facilities, and will depend on shore supply for all utility services. Compartmentalization and layout must support a dual gender crew. APL(S) craft dimensions shall not exceed 100 m (328 ft) for the length and 21 m (69 ft) for breadth, and shall not exceed a navigational draft of 5.0 m (16.4 ft) at any point along the underwater hull in a full load condition. ABS shall class the APL craft, as  (maltese cross) A1 Accommodation Barge, Harbor Service. RESPONSES: The Navy is requesting information on small-business shipyards and boatbuilders capable of constructing the craft described above. Interested parties are free to submit any information which may assist the Navy in its market research, no specific format is required. Information of interest includes: • Design and engineering support, whether in-house or subcontracted; • Description of construction facilities and projected workload, including whether the facility has capacity to build two APL(S) at the same time (i.e. lead/follow with a lag construction time of 3-4 months between the two); and • Previous contracts for detail design and construction of craft of similar size and/or complexity. Responses should be limited to 20 pages or less (not including any drawings, specifications, or other documents to demonstrate technical capabilities). A detailed proposal is not requested. Information should be e-mailed to Ms. Caitlin Jarecki at caitlin.jarecki@navy.mil. Information can also be mailed to Ms. Caitlin Jarecki, Program Executive Office Ships (PMS325), 1333 Isaac Hull Avenue SE Stop 2501, Washington Navy Yard, D.C. 20376-2501 and labeled with the solicitation number. Responses are requested by 2:00 PM (EST), on 2 November 2016. Submissions may be accepted after this date, but feedback may not be as timely or contribute to NAVSEA's strategic planning. Questions can be submitted via e-mail to Ms. Caitlin Jarecki (caitlin.jarecki@navy.mil) AND Ms. Roxie Thomas (roxie.thomas@navy.mil). Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. This RFI in no way binds the Government to offer contracts to responding companies. The information provided will assist NAVSEA in developing and further defining future procurement and acquisition strategies. Defense and commercial contractors that are small businesses, HUBZone small businesses, and/or woman-owned small businesses are encouraged to participate. This RFI is the initiation of a market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-2202/listing.html)
- Record
- SN04308764-W 20161022/161020233907-e90cfd53039867efda3212f4970514f3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |