SPECIAL NOTICE
19 -- NAWCWD Range Seaborne Vehicle - Brand Name Items
- Notice Date
- 12/2/2021 8:11:13 AM
- Notice Type
- Special Notice
- NAICS
- 336612
— Boat Building
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Response Due
- 12/31/2021 11:00:00 AM
- Archive Date
- 01/15/2022
- Point of Contact
- Maureen Barlow, Peter Herrman
- E-Mail Address
-
maureen.d.barlow.civ@us.navy.mil, peter.herrman@navy.mil
(maureen.d.barlow.civ@us.navy.mil, peter.herrman@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- N00024-22-R-2220 Sources Sought SUPPORT SHIPS, BOATS, and CRAFT PROGRAM (PMS325) NAVAL AIR WARFARE CENTER WEAPONS DIVISION (NAWCWD) RANGE SEABORNE VEHICLE (RSV) Brand Name Items Sources Sought Purpose This sources sought notice is in support of the N00024-22-R-2220 for the procurement of the NAWCWD RSV with brand name specific commercial components.� This boat shall be a contractor design. While the Navy intends to solicit multiple sources for the NAWCWD RSV under a competitive small business set aside, the requirement specifies the following Brand Name commercial items: Electronic Navigation System (Furuno): TZT16F (qty 2) DRS25AX/4 (qty 2) MCU002 RD33 GP330B FA30 SS60-SLD SC130 DMW Crane and Associated HPU � M145.20A4, 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: Propulsion Shafts (Aquamet) � Aquamet 22 material, quantity two (2) per boat; CPVC Piping System (GF Piping Systems) � SeaCor, quantity one (1) per boat 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 for items that are required to be brand name only: 422 Electronic Navigation System (Furuno): A, B, C, E. The navigation system interfaces with the communications equipment. It has established logistics and is common with various Navy enterprise assets, including existing NAWC vessels. 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. 589 DMW Crane and Associated HPU: A, B: The crane provides the performance requirements integral to the target retrieval capability of the boat. The crane has been procured by the users for target retrieval on an existing NAWC vessel, including Boat Alteration packages currently under development 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): 243 Shafting: A, B. The shafting interfaces with the engine and gear system and the material specified is common across various Navy platforms with proven long term effectiveness. 505 CPVC Piping Systems: A, D. The government periodically conducts market surveys to select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. This CPVC system was selected by market survey, and the Specification requirements were tailored to the OEM installation, testing, and certification requirement. Additionally, the CPVC piping has undergone testing for qualification and validation by the Government. SUBMISSION INSTRUCTIONS: Vendors interested in providing information regarding alternative items to the brand name and brand name �or equal� items for N00024-22-R-2220 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 charles.yang@navy.mil and Assistant Program Manager � PEO Ships/PMS 325G peter.herrman@navy.mil no later than 12pm EDT on 31 December 2021-. Include N00024-22-R-2220 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), Charles Yang, Contract Specialist � NAVSEA 02 (charles.yang@navy.mil) or Peter Herrman, Assistant Program Manager � PEO Ships/PMS 325G (matthew.warncke@navy.mil) no later than 31 December 2021. When submitting questions, include N00024-22-R-2220 in the subject line of your email: The Government may post questions and answers to the Federal Business Opportunities website at https://www.sam.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/9afc3231d7624893b40a0514511af685/view)
- Place of Performance
- Address: Washington Navy Yard, DC 20376, USA
- Zip Code: 20376
- Country: USA
- Zip Code: 20376
- Record
- SN06189516-F 20211204/211202230109 (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 |