SPECIAL NOTICE
19 -- U.S. Navy Training Support Vessel (TSV) - Attributes & Requirements Matrix
- Notice Date
- 11/16/2016
- Notice Type
- Special Notice
- NAICS
- 423860
— Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
- 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-2215
- Archive Date
- 1/4/2017
- Point of Contact
- Jessica M. Hathaway, Phone: 202-781-0454, Samantha D. Rye, Phone: 202-781-1395
- E-Mail Address
-
jessica.hathaway@navy.mil, samantha.rye@navy.mil
(jessica.hathaway@navy.mil, samantha.rye@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attributes & Requirements Matrix for RFI for N00024-17-R-2215 (TSV) 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 is 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. This RFI is open to all U.S.-only interested parties. Should an RFP for acquisition of an Offshore Supply Vessels (OSV) or Anchor Handling Tug Supply (AHTS) vessel be issued, proposals which originate outside the U.S. may be permitted as long as the prime contractor can meet all domestic United States manufacturing and solicitation requirements. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their responses. 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 this RFI will not disqualify or have an impact on participation and evaluation on future solicitations. PURPOSE: This RFI requests available existing vessel inventory information for OSVs and AHTSs with a nominal length overall (LOA) of 200-240 feet, aft deck approximately 140'x45' and draft approximately 15'. Similar vessels (TSV-1 PREVAIL and TSV-4 NARRAGANSETT) are already in service with USFF. These vessels are currently in use with Carrier Strike Group FOUR and the Navy intends to acquire one OSV/AHTS vessel. This new craft will be designated as Training Support Vessel 5 (TSV-5). The purpose of this RFI is to obtain available inventory and vessel characteristics information that will allow the Navy to assess the ability of vendors to meet the notional Vessel Attributes & Requirements listed in this RFI with an existing vessel. Additionally, the Navy seeks to understand the technical, cost, and schedule risks associated with modifying existing OSV/AHTS platforms to meet the notional Vessel Attributes & Requirements in this RFI. The Navy intends to award an OSV/AHTS acquisition contract in FY18. In addition to the delivery of the vessel, the successful bidder will be required to permit Navy personnel to conduct a thorough vessel inspection (tanks, void, hull, mechanical, electrical (HM&E), provide crew familiarization training, an initial spares package, technical documentation, ABS/USCG documentation and certifications, configuration management and post-delivery test and logistics support. Submittal of technical data requested in this RFI, and other data or analysis provided to assist in this effort, will be used by the Navy to formulate an acquisition strategy for procurement of the Offshore Supply Vessels or Anchor Handling Tug Supply (AHTS) vessel. The Naval Sea System Command (NAVSEA) is hereby issuing a RFI on behalf of United States Fleet Forces Command and the Support Ships, Boats, and Craft Program Office (PMS 325), to assist in forming the requirements definition and procurement strategy to acquire an OSV/AHTS vessel. This RFI solicits information on a craft which meet the Attributes & Requirements documented in the matrix included with this RFI. All proposed vessels within or near TSV attributes and requirements should be submitted. DESCRIPTION & MISSION PROFILE: The TSV will operate day or night, in all-weather and will operate in support of USFF Fleet Training Wholeness (FTW) initiatives and fleet exercise objectives. Ambient conditions will range from 20° to 125°F ambient air temperatures (28° to 95°F water temperatures). Specifically, the vessel will conduct the following: •· Assist in Assessment and Certification of Carrier Strike Groups, Amphibious Readiness Groups/Marine Expeditionary Units, Surface Action Groups and Independent Deployers •· Atlantic Training Group Basic Phase live fire •· Command and Control (C2) •· HARPOON & HARM missile exercise support •· HELLFIRE & APKWS missile exercise support •· Exercise mine laying and retrieval •· Opposition Force roles •· Maritime Interdiction/Visit Board Search and Seizure •· Oil Platform Defense •· Anti-piracy •· Aerial/Seaborne Target Live Fire Platforms •· High Speed Maneuverable Surface Target (HSMST) Launch and Retrieval Platforms •· Electromagnetic Maneuver Warfare (EMW) training •· Unmanned Air System (UAS) Launch and Retrieval Platforms •· GPS Testing Operations •· Range Services in support of the Optimized Fleet Response Plan •· Possible TRANSLANT in support of Commander SIXTH Fleet certifications •· Other exercise/support roles as directed TSVs may be required to make frequent port calls along the East coast in order to on-load and off-load personnel and equipment in support of fleet training objectives. RESPONSES & SUBMISSION OF INFORMATION: Interested parties are free to submit any information which may assist the Navy in its market research. There is no page requirement/limit and a detailed proposal is not requested. Submission in PDF format is desired. Drawings sized to 8.5"x11" or 11"x17". All other documentation sized to 8.5"x11". Provide as much of the following technical data as practical within the time constraints of this inquiry. If the Respondent has multiple OSV/AHTS candidate vessels that meet the RFI requirements, a separate response should be submitted for each. The following information is requested (Please use as a checklist): Provide data and/or information on any vessel meeting the key requirements as identified in the Attributes & Requirements matrix. Data must be submitted on existing vessels only. The data and/or information should consist of: •a. Principal Characteristics, attributes and capabilities. •b. General arrangement drawings, specifications for the candidate vessel. •c. Photographs (if available). •d. A completed design Attributes & Requirements Matrix. •· If the proposed vessel does not meet an attribute or requirement then provide information on modifications required to address the requirement shortfall. Provide this information in the column provided in the Attributes & Requirements matrix. •2. Provide a description of the company's relevant experience. •3. If applicable, identify the number of vessels that were delivered, dates delivered and customer(s). •4. Provide the approximate price for: •a. Candidate vessel (and any quantity discount schemes). •b. (other candidate vessel) •c. (other candidate vessel) •d. (other candidate vessel) •5. Provide location of the vendor and vessel. •6. If the proposed vessel is in an inactive status/lay-up, describe the facility where the vessel is located, who maintains the vessels, and the periodicity in which the vessel is inspected. •7. Provide company contact information. Note : As a reminder interested parties do not have to meet all requirements listed in this RFI to submit a response. All responses received will be reviewed by the Government. Responses are requested by 2:00 PM (EST) on Friday, December 30, 2016. General questions and clarifications of requirements may be submitted electronically to jessica.hathaway@navy.mil and samantha.rye@navy.mil. Respondents are responsible for properly marking and clearly identifying 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. 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. Please choose one of the methods below to submit your response: •1. For electronic file sizes over 2 MB upload and submit your response via AMRDEC SAFE (https://safe.amrdec.army.mil/safe/). Upload your RFI response and grant file access to the following email address: peter.herrman@navy.mil and christian.d.johnson@navy.mil. •a. Click the "Upload" button. •2. For electronic file sizes under 2 MB you may send by email to peter.herrman@navy.mil and christian.d.johnson@navy.mil. Note : Preferred method of sending in responses for all electronic file sizes is by the Safe File Exchange application (AMRDEC); however, responses will be accepted by email as described above. 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, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to participate. This RFI is the continuation of 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-2215/listing.html)
- Place of Performance
- Address: Commander Carrier Strike Group Four, 1540 Gilbert Street, Norfolk, Virginia, 23511-2785, United States
- Zip Code: 23511-2785
- Zip Code: 23511-2785
- Record
- SN04329816-W 20161118/161116234820-0153df8dc1d03fa8f194aeca72b25a3c (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 |