SOURCES SOUGHT
19 -- Offshore Supply Vessel
- Notice Date
- 8/26/2020 8:52:14 AM
- Notice Type
- Sources Sought
- NAICS
- 336612
— Boat Building
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-21-R-2215
- Response Due
- 9/28/2020 1:00:00 PM
- Archive Date
- 10/13/2020
- Point of Contact
- Maureen Barlow, Tammy Ryman
- E-Mail Address
-
maureen.d.barlow@navy.mil, tammy.ryman@navy.mil
(maureen.d.barlow@navy.mil, tammy.ryman@navy.mil)
- Description
- 21NAWCAD ATMO Key West FY-21 Vessel Replacement PURPOSE: The Naval Sea Systems Command (NAVSEA) is hereby issuing a Request for Information (RFI) on behalf of the Support Ships, Boats, and Craft Program Office (PMS325) to disseminate to industry information on the anticipated acquisition and conversion of 2 (OSV) or Diving Support Vessel (DSV) into the Naval Air Warfare Center Aircraft Division�s Atlantic Targets and Marine Operations Detachment Key West (NAWCAD ATMO KW) Research Vessel, hereafter referred to as NAWC RV.� The Navy is pursuing information regarding capabilities, �available vessel inventory, and price information for OSVs or DSVs with a nominal length overall (LOA) of 180-225 feet, aft deck area� 3600-5000 square feet and draft less than 16 feet. �� DESCRIPTION:� NAWCAD ATMO KW requires a vessel to support Naval Air Systems Command�s mission to provide Research, Development, Testing and Evaluation (RDT&E) services at sea to a variety of Federal entities to include components of the Departments of Defense, Homeland Security, and Justice, and a variety of universities as well as other government entities.� Missions include air, surface, and subsurface RDT&E events, direct support to Fleet training events, and a host of other mission support functions. The vessel�s new homeport will be in Key West, FL, and it will be operated in the Gulf of Mexico, Caribbean Sea, and Atlantic Ocean, including the North Atlantic. The vessel will operate day and/or night, in all-weather and will operate in support of NAWCAD-assigned missions and project events. The vessel will support the following: All warfare domains (Air, Surface, Undersea) Command and Control (C2) Exercise mine laying and retrieval MIO/VBSS Anti-piracy exercises Aerial/Seaborne Target Live Fire platforms Target launch and retrieval platforms Enhanced Electromagnetic Maneuver Warfare (EMW) training GPS testing operations UAV/UAS employment platform Torpedo testing and retrieval Missile tracking events Oceanographic mapping Radar testing Ship Shock Trials FBI Hostage Rescue Team events Unique RDT&E Test Article employment, data collection, and retrieval Salvage operations Acoustic/ASW sensors testing� Underwater Fixed Array maintenance CAPABILITIES: � SEE THE ATTACHED REQUIREMENTS LIST, the Government is requesting that the Table be completed and returned. ACQUISITION OVERVIEW: The NAWC RV Project encompasses efforts to solicit a contract for the purchase of an existing OSV and possible modifications.� The method for achieving this goal will be based on attracting potential bidders for overall project and delivery vessel to government specifications. SCHEDULE:� The notional schedule provided herein is for planning purposes only. The Government is not obligated to pursue this schedule or a future solicitation associated with this RFI. Please note: Should the Government issue an RFP for NAWC RV, only entities located in the United States would be eligible to submit a proposal. As a basis for response to this request, it should be assumed that an RFP would be issued in Fiscal Year 2021 and a contract for providing and delivering an NAWC RV would be awarded in Fiscal Year 2021. INFORMATION SOUGHT: 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�. At a minimum, please provide the following technical data.� If the Respondent has multiple OSV/DSV 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 Capabilities table.� If the proposed vessel does not meet an attribute or requirement then provide information on modifications required to address the requirement shortfall in the column provided. Data must be submitted on existing vessels only.� If available, please include general arrangement drawings and photographs. Provide expected price for the vessel. Provide separate price for any expected modifications. Provide a description of the company's relevant experience. Provide location of the vendor and vessel. Provide company contact information. Provide size of company as small or large. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 336612, Boat Building.� Small Business Size Standard for this acquisition is 1000 Employees.� If your company is a small business please note whether you are HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Women Owned Business. 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. Submissions should be emailed to Mr. Peter Herrman, PMS325, at peter.herrman@navy.mil, Maureen Barlow at maureen.d.barlow@navy.mil and Tammy Ryman at tammy.ryman@navy.ml. �The response file shall be in PDF format, with file name including the Solicitation number N00024-21-R-2215 and your company name. Responses are requested by� 28 September 2020. Questions concerning this announcement may be submitted via email to Mr. Peter Herrman (peter.herrman@navy.mil) Maureen Barlow at maureen.d.barlow@navy.mil AND Tammy Ryman at tammy.ryman@navy.ml.� NO QUESTIONS VIA TELEPHONE WILL BE ACCEPTED. Please ensure each e-mail is less than 10MB since our system may not accept anything larger.� If needed you may send multiple emails but please label them (1 of� 3, 2 of 3�). DISCLOSURE:� 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 existing Offshore Supply Vessels (OSV) or Diving Support Vessel (DSV) vessel be issued, vessel 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 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ebcd0fd3d18141d3a6d6480c9acacdb4/view)
- Place of Performance
- Address: Washington Navy Yard, DC 20376, USA
- Zip Code: 20376
- Country: USA
- Zip Code: 20376
- Record
- SN05775108-F 20200828/200826230202 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |