Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2018 FBO #6193
MODIFICATION

19 -- 65' Dive Support Boat - Amendment 1

Notice Date
11/5/2018
 
Notice Type
Modification/Amendment
 
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
N0002418R2209
 
Response Due
12/5/2018 2:00:00 PM
 
Archive Date
9/30/2018
 
Point of Contact
Ebone Newbon, Phone: 2027811923, Eva Hochman, Phone: 2027815229
 
E-Mail Address
Ebone.Newbon@navy.mil, eva.hochman@navy.mil
(Ebone.Newbon@navy.mil, eva.hochman@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Dive Boat Brand Name Sources Sought Dive Boat Brand Name Sources Sought This sources sought notice is in support of the N00024-18-R-2209 for the procurement of a 65' Dive Support Boat (65DS). The 65DS boat procurement will be for one (1) additional boat with brand name specific components that are the same as fourteen (14) previous dive support boats owned and maintained by the Government. This boat shall be a contractor design. While multiple sources will be solicited under this competitive small business set aside, the requirement specifies the following Brand Name items: *Cummins (Brand Name) for the diesel engines, quantity two (2); *ZF (Brand Name) for the marine gear, quantity two (2); *Appleton (Brand Name) for the articulating knuckle boom crane, quantity one (1); *Bauer (Brand Name) for the dive compressor, quantity one (1). Detailed rationale for the brand names requested are based upon the following justifications: •· The diesel engine, marine gear, and dive compressor brand name items standardize the equipment on the incoming dive boat to what is currently outfitted on fourteen (14) previous Dive Support boats and leverages the existing logistical support. Changes to these items could result in substantial duplication of cost that is not expected to be recovered through competition. Additional logistical support which may be impacted includes: maintenance planning and analysis; training and training support, including training equipment, curricula, and instruction materials; supply support; support equipment such as special tools and test equipment; technical documentation including technical manuals, Product Technical Description (PTD),, Technical Repair Standards (TRS), and software documentation; computer resource support; facilities for maintenance and training; unique packaging, handling, storage, and transportation requirements; and human engineering considerations. •· Major attributes of form, fit, function, interface, reliability, and/or material to achieve a specific performance of the system within which it is used, and the boat as a whole. Changes to the existing configuration will nullify any existing operational data and lessons learned while increasing the risk of not meeting requirements and/or new issues occurring. These issues would require additional resources to resolve and increase total ownership costs that are not expected to be recovered through competition. The Bauer compressor provides the capacity, reliability, and operational requirements integral to the dive support capability of the boat. The Cummins diesel engine and ZF marine gear interface with each other and the drive shaft. Changes to the existing configuration will nullify any existing operational data and lessons learned while increasing the risk of not meeting requirements and/or new issues occurring. These issues would require additional resources to resolve and increase total ownership costs that are not expected to be recovered through competition. The following descriptions apply: o These items have been proven through use on previous Dive Support boats to be sufficiently robust to support the expected 24-hour/day, 7 day/week, 25-30 years mission of the 65DS. o Input power, capacity, and other operating requirements for the integration of these items into existing boats have been selected based on requirements of the boat's mission. o Output power, capacity, and other performance parameters of these items have been selected to meet requirements of the boat's mission. •· The Appleton crane meets the end user crane engineering group's requirements for initial acceptance and annual re-certification. The crane provides the performance requirements integral to the dive support capability of the boat. This was the only crane that met the end user requirement for an American Petroleum Institute API 2C certification within the specified size range. The end user determined that the API 2C certification is necessary for initial approval and annual recertification by the Puget Sound Naval Shipyard (PSNS) Crane Engineering Group. Submission Instructions: Vendors interested in N00024-18-R-2209 shall complete the table below if they plan to propose equipment that is an "or equal" make/model and provide a justification for the assertion of equality. Attachment ___ Section Equipment Name "Or Equal" Make/ Model "Or Equal" Justification Diesel Engine Marine Gear Articulating Knuckle Boom Crane Dive Compressor Format: •· Microsoft Word® or Adobe® Portable Document Format (PDF) •· Length - No more than two (2) pages, excluding the cover page. Each side of a double-sided page counts when printed. Content: Responses shall be UNCLASSIFIED and shall include the following information: •· Cover Page. The cover page should include the notice number, and company profile to include, at a minimum, the following: Company Name Address Point of Contact CAGE Code DUNS Number Phone Number and E-mail Address Web Page URL North American Industry Classification System (NAICS) Codes Small Business (Y/N): Woman Owned Small Business (Y/N): Small Disadvantaged Business (Y/N): 8(a) Certified (Y/N): HUBZONE Certified (Y/N): Veteran Owned Small Business (Y/N): Service Disabled Small Business (Y/N): Central Contractor Registration (Y/N): Company Ownership (U.S.), (Y/N): Responses are due to the contracting officer at eva.hochman@navy.mil and contract specialist at ebone.newbon@navy.mil no later than 12pm EDT on 11/12/2018. Include N00024-18-R-2209 in the subject line of your email. NOTES: •· Do not send hardcopies (including facsimiles), as only electronic submissions will be accepted and reviewed. •· Do not attach ZIP files or lock or encrypt the file you submit, or attach password-protected files. •· The Government will scan all files submitted and if a virus is detected, it may be grounds for rejection of the response. •· Cost data is not required in the response to this RFI. Questions and requests for clarifications on this notice must be sent via email to eva.hochman@navy.mil no later than 08 November 2018. When submitting questions, include N00024-18-R-2209 in the subject line of your email: The Government may post questions and answers to the Federal Business Opportunities website at https://www.fbo.gov/. The Government does not intend to award a contract based on this notice or pay for the information. This notice is solely for market research, informational and planning purposes. This is not a Request for Quotation or a Request for Proposal, and it is not to be construed as a commitment by the Government. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items. Responses to this notice cannot be accepted as offers. No entitlement to payment of direct or indirect costs or charges by the Government arises as a result of submitting responses to this notice or the Government's use of submitted information. Any information that the vendor considers proprietary or confidential business information should be clearly marked as such. Responses to this notice that indicate information therein is proprietary or represents confidential business information will be received and held in confidence for use by U.S. Government. The information provided in this notice is subject to change. The Government is under no obligation to revise any aspect of this notice should any information herein change. The Government will provide any additional information and issue any additional requests for information at its sole discretion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002418R2209/listing.html)
 
Record
SN05143267-W 20181107/181105230559-e527e2407b0cfad19050afa3a463b08a (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 |
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.