SOURCES SOUGHT
19 -- US Navy 8M and 11 M Rigid Inflatable Boat (RIB) and U.S.C.G. Special Purpose Craft Law Enforcement II
- Notice Date
- 12/16/2020 5:07:33 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
- N0002421R2205
- Response Due
- 12/30/2020 11:00:00 AM
- Archive Date
- 06/01/2021
- Point of Contact
- Heather Glovinsky, Roxie Thomas
- E-Mail Address
-
heather.e.glovinsky@navy.mil, roxie.thomas@navy.mil
(heather.e.glovinsky@navy.mil, roxie.thomas@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 RFI is for informational planning purposes and it is not to be construed as a commitment by the Government to issue an RFP, contract, or order for any actual procurement of materials, machinery, 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 interested parties both foreign and domestic.� Should an RFP for production be issued, boat designs which originate outside the U.S. are permitted as long as the prime contractor can meet all domestic United States manufacturing and solicitation requirements.� 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. No specific information is required in response to this RFI; however, interested parties may respond and indicate interest as desired. PURPOSE: The Naval Sea System Command (NAVSEA) is hereby issuing an RFI on behalf of the Support Ships, Boats, and Craft Program Office (PMS 325), to provide industry and interested parties with information that will assist in the understanding of current technical requirements for a potential U.S. Navy 8m & 11m Surface Support Craft with a U.S. Coast Guard Special Purpose Law Enforcement (SPC-LE) II variant. The Navy plans to award a base contract in FY21 for an estimated fourteen (14) boats, with options for an additional sixteen (16) boats in FY21, thirty (30) boats in FY22, thirty (30) boats in FY23 and twenty (20) boats in FY24.� A breakdown of the procurement quantities is presented in ""RFI�Attachment�1 Procurement Quantities"". The boats shall be delivered to the following locations (not limited to): Navy stock point in San Diego, CA (USN 8m & 11m) Navy stock point in Williamsburg, VA (USN 8m & 11m) Boat Station Miami, FL (USCG SPC-LE II) Boat Station Charleston, SC (USCG SPC-LE II) Boat� Station San Diego, CA (USCG SPC-LE II) Boat Station South Padre Island, TX (USCG SPC-LE II) The notional schedule listed below is provided for planning purposes only. The Government is not obligated to pursue this schedule or a future solicitation because of this RFI. Release draft RFP 2nd QTR FY21. Release final RFP 3rd QTR FY21. DESCRIPTION: Naval Special Warfare (NSW) 8m & 11m SSCs provide over-watch and coverage for diverse NSW waterborne operations, such as: transit for at sea personnel, diving, surface swimmer support and medical evacuation. The USCG SPC-LE II conduct counter-smuggling, search and rescue (SAR), recreational boating safety (RBS), and ports and waterways coastal security (PWCS) missions. NSW 8m SSC Open Center Console (OCC) and Enclosed Cabin (EC) Variants Key Characteristics: Length (overall):� ~24-27� Beam:� ~10� including collar Hull:� Aluminum with hybrid (inflatable/foam) D-shaped collar Draft (full load):� ~3� Sprint Speed (calm seas):� ~35+ knots max Range:� ~175 nautical miles Operational Environment: Fully operate in a 2.9' significant wave height (Sea State 2); Reduced operation in a 4.5' significant wave height (Sea State 3); Survive in a 6.9 foot significant wave height (Sea State 4) with minimum headway speed Payload (OCC): Minimum of 2,810 lbs total including personnel and mission gear/cargo. Notional breakdown of minimum payload includes two configurations, either:1,100 lbs mission gear with 6 crew at 285 lbs/each (185 lbs + 100 lbs gear) or 1,100 lbs mission gear with 4 crew 360 lbs/each (185 lbs + 175 lbs gear). Payload (EC):� Minimum of 2,240 lbs total including personnel and mission gear/cargo. Notional breakdown of minimum payload includes two configurations, either: 1100 lbs mission gear with 4 crew at 285 lbs/each (185 lbs + 100 lbs gear) or 1,100 lbs mission gear with 3 crew at 360 lbs/each (185 lbs + 175 lbs gear). Propulsion:� Twin Outboard Engines, Gasoline Accommodations: Open Center Console Variant: T-top with weather enclosure and an overhead canopy aft of T-top. Two marine shock isolation seats plus bolster type seating for five (5) passengers Enclosed Cabin Variant: Cabin with Heating, Ventilation and Air Conditioning (HVAC);� Single marine shock mitigating seat, an adjustable coxswain single padded bolster and bench seating for four (4) passengers. Diver Accommodations: Dive Ladder, Scuba Tank Storage Armament: None Navigation: Integrated Electronic Navigation System (Display, Radar, GPS, Sonar) Communications: VHF Marine Band Radio, Inter-Crew Communication System Integrated hoist and tow fittings Transportability: Road only Heavy-duty aluminum trailer � NSW 11m SSC Open Center Console (OCC) and Enclosed Cabin (EC) Variants Key Characteristics: Length (overall):� ~33-36� Beam:� ~10� with collar Hull:� Aluminum with hybrid (inflatable/foam) D-shaped collar Draft (full load):� ~3� Sprint Speed (calm seas):� ~35+ knots max Range:� ~200 nautical miles Operational Environment: Fully operate in a 2.9' significant wave height (Sea State 2); Reduced operation in a 4.5' significant wave height (Sea State 3); Survive in a 6.9 foot significant wave height (Sea State 4) with minimum headway Payload (OCC): Minimum of 4,000 lbs total including personnel and mission gear/cargo. Notional breakdown of minimum payload includes two configurations, either: 1100 lbs mission gear with 10 crew at 285 lbs/each (185 lbs + 175 lbs gear) or 1,100 lbs mission gear with 8 crew at 360 lbs/each (185 lbs + 100 lbs gear). Payload (EC): Minimum of 3,400 lbs total including personnel and mission gear/cargo. Notional breakdown of minimum payload includes two configurations, either: 1,100 lbs mission gear with 8 crew at 285 lbs/each (185 lbs + 100 lbs gear) or 1100 lbs mission gear with 6 crew at 360 lbs/each (185 lbs + 175 lbs gear). Propulsion:� Twin Outboard Engines, Gasoline Accommodations: Open Center Console Variant: T-top with weather enclosure and an overhead canopy aft of T-top. Two marine shock isolation seats plus bolster type seating for five (5) passengers Cabin Variant: Enclosed Cabin with Heating, Ventilation and Air Conditioning (HVAC);� Single marine shock mitigating seat, an adjustable coxswain single padded bolster and bench seating for four (4) passengers. Diver Accommodations: Dive Ladder, Scuba Tank Storage Armament: None Navigation: Integrated Electronic Navigation System (Display, Radar, GPS, Sonar) Communications: VHF Marine Band Radio, Inter-Crew Communication System Integrated hoist and tow fittings Transportability: Road only Heavy-duty aluminum �trailer � USCG SPC-LE II Open Center Console Variant Key Characteristics: Length (overall):� ~33�-36� Beam:� ~10� with collar Hull:� Aluminum with hybrid (inflatable/foam) D-shaped collar Static Draft (full load):� ~3� Speed (calm seas):� ~45+ knots max Range:� ~200 nautical miles Operational Environment: Fully operate in a 4.5 foot significant wave height (Sea State 3); Reduced operation in a 8 foot significant wave height (Sea State 5); Survive in a 12 foot significant wave height (Sea State 5) with minimum Payload: Minimum of 3,200 lbs total including personnel and mission gear/cargo. Notional breakdown of minimum payload includes 4 crew at 300 lbs/each (200 lbs + 100 lbs gear), up to or 10 passengers at 200 lbs/each (survivors with no equipment or gear). Propulsion:� Triple Outboard Engines, Gasoline Accommodations:� T-top with weather enclosure and an overhead canopy aft of T-top. Four (4) marine shock isolation seats, two (2) for coxswain and navigator and four (4) aft for crew aft (two (2) side by side). Armament: Heavy Machine Gun Mounts;� Lockable weapon and ammunition stowage Navigation: Scalable Integrated Navigation System Generation 2 (SINS-2) Communications: VHF Marine Band Radio, VHF/UHF Multiband Radio, Inter-Crew Communication System Integrated hoist and tow fittings Transportability: Road only Heavy-duty aluminum �trailer � RESPONSES & SUBMISSION OF INFORMATION: Interested parties are free to submit any information to assist the Navy in its market research. � Interested sources are encouraged to submit a capability summary that does not exceed five (5) pages in length.� Submission in PDF format is desired. �Drawings sized to 8.5�x11� or 11�x17�. All other documentation sized to 8.5�x11�. � The following information is requested (Please use as a checklist): � Provide company contact information: Name. Position/Title. Email Address. Telephone Number. General description of the company, to include: Small Business (Y/N) HUB Zone small business (Y/N) Service-Disabled Veteran Owned (Y/N) Economically disadvantaged women-owned small business (EDWOSB) (Y/N) Women-owned small business (WOSB) concerns eligible (Y/N) Provide GSA schedule, if applicable, to include: �A discussion of any Navy or USCG requirements for the 8m SSC, 11m SSC and/or SPC-LE II that may not be part of the GSA contract. �Identify any issues with issuing this contract on GSA (if none, please state �none�). Provide location of company production facilities, if applicable. Describe facility production capacity (e.g. estimate on total construction time for one 8m SSC, one 11m SSC and one SPC-LE II; and how many of each craft can be built simultaneously per year), if applicable. Provide any technical concerns with the production of the 8m SSC, 11m SSC and/or SPC-LE II simultaneously.� If none, please state �none�. Identify contracting approaches, if any that would benefit industry. �If none, please state �none�. Provide a description of the company's relevant experience, and if applicable, identify the number of vessels that were delivered, dates delivered and customer. If available, please provide the following information for the candidate vessel: Vessel principal characteristics and capabilities. Photos, drawings, and/or renderings. Design, construction, regulatory and classification standards employed. �Provide the approximate price for: Candidate vessel. Technical Manuals & Other Data. Crew Training. Potential savings due to quantity discount schemes. 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 do NOT provide classified information or use the marking �CONFIDENTIAL� as this marking is considered classified by the Government which would require special handling of the information. 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 monitor SAM (formerly FBO) for updates and to participate in any future solicitation, if one is issued. This RFI is the continuation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a RFP.� Questions or comments regarding the intended procurement plan or the draft requirements may be directed to: Roxie Thomas, Contracting Officer � NAVSEA 02 (roxie.thomas@navy.mil), Heather Glovinsky, Contracting Specialist � NAVSEA 02 (heather.e.glovinsky@navy.mil) or Chris Rozicer, Assistant Program Manager � PEO Ships/PMS325G (christian.rozicer@navy.mil). Responses are requested by 2:00 PM (EST) on Wednesday, December 30, 2020.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/aa0285dc9af542c8b0f69bc5f291e4c6/view)
- Record
- SN05876001-F 20201218/201216230151 (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 |