SOURCES SOUGHT
19 -- Work Boat Docking Brand Name Items Sources Sought
- Notice Date
- 10/16/2020 7:39:24 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-2250
- Response Due
- 10/27/2020 9:00:00 AM
- Archive Date
- 11/11/2020
- Point of Contact
- Maureen Barlow, Matthew Warncke
- E-Mail Address
-
maureen.d.barlow@navy.mil, matthew.warncke@navy.mil
(maureen.d.barlow@navy.mil, matthew.warncke@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Work Boat Docking Brand Name Items Sources Sought This sources sought notice is in support of the N00024-21-R-2250 for the procurement of the Commander, Naval Installation Command (CNIC) Work Boat Docking (WBD). The CNIC WBD procurement will be for up to ten (10) additional boat with brand name specific commercial components. This boat shall be a contractor design. While the Navy intends to solicit multiple sources for the WBD under a competitive small business set aside, the requirement specifies the following Brand Name commercial items: Cummins (Brand Name) for the diesel engines, quantity one (1) per boat; ZF (Brand Name) for the marine gear, quantity one (1) per boat; Schottel (Brand Name) for Azimuthing Drive; quantity one (1) per boat Furuno (Brand Name) electronic Navigation System; quantity one (1) per boat Standard Horizon (Brand Name) for VHF Marine Band Radio; quantity two (2) per boat Shakespeare (Brand Name) Antennas; quantity four (4) per boat Whale (Brand Name) Manual Bilge Pump; quantity one (1) per boat Rule (Brand Name) for Electric Bilge Pump; quantity two (2) per boat USS (Brand Name) for Float Switch; quantity two (2) per boat ACR (Brand Name) for EPIRB; quantity one (1) per boat The following brand-name or equal descriptions are presumed to have no equivalents; however, it is possible that an equivalent or potentially superior product or system may be found or become available: Optima (Brand Name) or equal �Batteries; quantity (8) per boat * Ritchie (Brand Name) or equal for Compass; quantity one (1) per boat Racor (Brand Name) or equal for Diesel Fuel/Water Separator; quantity one (1) per boat Fortress (Brand Name) or equal for Anchor; quantity one (1) per boat Bloom (Brand Name) or equal for Hydraulic Winches; quantity two (2) per boat Crosby (Brand Name) or equal for Winch Shackle; quantity two (2) per boat Wintech (Brand Name) or equal for Self-Aligning Roller Chocks; quantity two (2) per boat Detailed rationale for the brand names requested are based upon the following justifications: The use of the brand name equipment is essential to achieve the standardization and commonality required by the Navy. The rational for this requirement is to standardize the equipment (brand name) on the incoming Commander, Naval Installation Command (CNIC) Work Boat Docking (WBD) boats to what is currently on the in-service fleet deployed worldwide. Changes to these items could result in substantial duplication of cost that is not expected to be recovered through competition. The following describes examples where maintaining commonality of these components/systems provides substantial cost savings to the Government: Major attributes of form, fit, function, interface, weight, and/or material to achieve a specific performance of the system within which it is used, and the boat as a whole. The following descriptions may apply: The item requires a form and fit in the boat�s design for installation, operation, or maintenance. The item�s weight is of critical importance to the boat�s design. The connection fittings required to incorporate the item into a system are necessary to incorporate or interface the specified item with the boat�s design. Input power, capacity, and other operating requirements for the item have been selected based on requirements of the boat�s design. Output power, capacity, and other performance parameters of the item have been selected based on requirements of the boat�s design. The selected item is known to have low or no Electromagnetic Interference (EMI)/ Radio-Frequency Interference (RFI) with tactical communications equipment. There is no standard to which electronics can perform to that guarantees low or no EMI/RFI with the embarked tactical communications equipment. Compliance can only be determined through lab testing or on-boat installation testing. The specified item is one with established logistic support. Logistic support includes, as applicable: 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), Planned Maintenance System (PMS), 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. The specified item has either passed, is in the process of, or is planned for Cyber Security validation. Cyber Security requirements for boats and craft are outlined in Ser 05D/193 INITIAL EFFORTS FOR CYBERSECURITY FOR BOATS, COMBATANT CRAFT, SEABORNE TARGETS AND SERVICE CRAFT. The specified item has undergone testing for qualification/validation at the expense of the Government. The specified item is a spectrum dependent (SD) system common to existing platforms deployed worldwide which require certification of spectrum support to operate. Spectrum supportability requirements for boats and craft are outlined in Ser 05D/195 SPECTRUM SUPPORTABILITY REQUIREMENTS FOR BOATS, COMBATANT CRAFT, SEABORNE TARGETS AND SERVICE CRAFT. The below paragraphs describe the applicable justifications for each component or system and additional references, system descriptions, and boat interfaces: 233 Diesel engines: A, B, C, D. The engine interfaces with the marine gear, drive shaft, azimuthing drive, and hull structure. The dry docking mission requires the specified minimum thrust and limited beam without exceeding the stability criteria. It has established logistics and is common with the existing fleet of 25 foot WBD boats and 30 foot WB Medium boats located throughout the CNIC enterprise. Cyber security validation is planned to coincide with other programs.� Acceptable performance has been demonstrated through previous acceptance trials and operational experience for these boats. 241 Marine gear: A, B, D. The marine gear interfaces with the engine, drive shaft, azimuthing drive, and hull structure, and is installed on the engine when the engine is procured. The dry docking mission requires the specified minimum thrust and limited beam without exceeding the stability criteria. It has established logistics and is common with the existing fleet of 25 foot WB Docking boats. Acceptable performance has been demonstrated through previous acceptance trials and operational experience for these boats. 245 Azimuthing Drive: A, B, C, D. The azimuthing drive interfaces with the engine, marine gear, drive shaft, and hull structure.� The dry docking mission requires the specified minimum thrust and limited beam without exceeding the stability criteria. It has established logistics and is common with the existing fleet of 25 foot WB Docking boats.�� Acceptable performance has been demonstrated through previous acceptance trials and operational experience for these boats. 422 Electronic Navigation system: A, B, C, E. The navigation system interfaces with the communications equipment. It has established logistics and is common with various Navy boats and the existing fleet of CNIC assets, including existing WB Docking boats, WB Medium and Large boats, and the current fleet of Force Protection boats. Boat Alteration packages are in process to update older CNIC assets to match the currently specified configuration. Additionally, the government periodically conducts market surveys for select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. This navigation system was selected by market survey. Cyber security validation is planned to coincide with other programs. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. 421 VHF Marine Band Radio and Antennas: A, B, C, E. The communication systems interface with the navigation system. It has established logistics and is common with the current fleet of CNIC assets, including WB Docking boats and the existing fleet of Force Protection Medium boats.� Boat Alteration packages are in process to update older CNIC assets to match the currently specified configuration. Additionally, the government periodically conducts market surveys for select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. This radio system was selected by market survey. Cyber security validation is planned to coincide with other programs. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. 529 Manual and Electric Bilge Pump Systems: A, B. The bilge pumping systems, including switches and alarms, are safety systems which provide indication of and a means to manage flooding events while underway or unattended at the dock. These systems have established logistics and are common to all similarly sized Navy boats. 600 Emergency Position-Indicating Radio Beacon (EPIRB): A, B, C, E. The EPIRB is a safety system which has established logistics and is common with the across various Navy programs. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. The below paragraphs describe the applicable justifications for each component or system and additional references, system descriptions, and boat interfaces for items that are required to be brand name (or equal): 1313 Batteries: A, B. The batteries are integral to the design of the boat to meet specified power requirements without the use of a generator. It has established logistics and is common with most Navy boats.� Additionally, Blue Top was selected based on market survey by L. Michelon and is used on all Navy boats. Batteries are consumables which are carried in the Navy Supply System and considered HAZMAT, so minimizing types and quantities is a priority. 421Compass: A, B. The compass is a critical piece of navigation equipment which requires a particular design to function properly across various installations in the CNIC enterprise. It has established logistics and is common with various other Navy boats. 541 Diesel Fuel/Water Separator: A, B. The fuel/water separators interface with the propulsion engine diesel fuel system. It has established logistics tied to the propulsion engine logistics package and is common with the existing fleet of CNIC Work Boats and various other diesel-powered Navy boats. Fuel/waters separators contain filter elements which are consumables that are carried in the Navy Supply System, so minimizing types and quantities is a priority. 581 Anchor: A, B. The anchor is a safety item that must be readily accessible in an emergency. The specified anchor�s combination of light weight, size, and holding capacity has been selected for use with the size and weight of the WB Docking boats. It has established logistics and is common with the existing fleet of WB Docking boats. 582 Hydraulic Deck Winch System: A, B, D. The hydraulic deck winch system is critical to the mission of the WB Docking boat.� The specified system is based on an extensive point design conducted on previous WB Docking acquisitions which includes carefully selected engineering assumptions and safety factors that ensure safe operation of the deck winches to conduct a variety of missions across the CNIC enterprise.� The winch motor, drum, and hydraulic pump components have all been appropriately sized to interface with the associated lines, chocks, and shackles and the craft structure. The system has established logistics and is common with the existing fleet of WB Docking boats.�� Acceptable performance has been demonstrated through previous acceptance trials and operational experience for these boats. Alterations to the design would require new design analyses which would increase procurement costs. SUBMISSION INSTRUCTIONS: Vendors interested in providing information regarding �or equal� items for N00024-21-R-2250 shall provide a response as follows: 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):�� � Name of the Brand Name Item, the �or equal� Make/Model number, and a written justification for how the alternate equipment meets �or equal� criteria to the Brand Name Item. Responses are due to the contracting officer at maureen.d.barlow@navy.mil, contract specialist tammy.ryman@navy.mil and Assistant Program Manager � PEO Ships/PMS 325G matthew.warncke@navy.mil no later than 12pm EDT on 27 October 2020-. Include N00024-21-R-2250 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 : Maureen Barlow, Contracting Officer � NAVSEA 02 (maureen.d.barlow@navy.mil), Tammy Ryman, Contracting Specialist � NAVSEA 02 (tammy.ryman@navy.mil) or Matt Warncke, Assistant Program Manager � PEO Ships/PMS 325G (matthew.warncke@navy.mil) no later than 27 October 2020. � When submitting questions, include N00024-21-R-2250 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/07425b213092414da678b7b020059c33/view)
- Place of Performance
- Address: Washington, DC 20003, USA
- Zip Code: 20003
- Country: USA
- Zip Code: 20003
- Record
- SN05829916-F 20201018/201016230137 (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 |