Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2013 FBO #4156
DOCUMENT

V -- Operational, maintenance, including shipyard/dry-dock planning & execution, engineering, programmatic & administrative support required to operate & maintain the SEA FIGHTER. - Attachment

Notice Date
4/9/2013
 
Notice Type
Attachment
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
N61331 Naval Surface Warfare Center Panama City Division 110 Vernon Avenue Panama City, FL
 
Solicitation Number
N6133113R0027
 
Response Due
5/29/2013
 
Archive Date
5/29/2014
 
Point of Contact
Courtney Henslee, Cognizant Contract Specialist, Email: courtney.henslee@navy.mil
 
E-Mail Address
courtney.henslee@navy.mil
(courtney.henslee@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Surface Warfare Center Panama City Division is issuing a Request for Information/Sources Sought Announcement. This is a Request for Information (RFI) only. This is not a solicitation announcement. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will use responses to this request for information to make appropriate acquisition decisions. Any resultant contract is anticipated to be Firm-Fixed-Price Contract for one (1) twelve-month base period; and four (4) twelve-month option period; potentially totaling sixty (60) months. The Performance Work Statement (PWS), Attachment 1, requirements fall under the North American Industry Classification System (NAICS) code 483111, "Deep Sea Freight Transportation." Small Business Size Standard is 500 employees. Product Service Codes (PSC) V115 Vessel Freight and V214 Marine Passenger Service apply. Interested firms must demonstrate in their qualification statement that they are qualified to perform the complete PWS under this NAICS and PSC codes. The effort was previously performed under contract N61331-11-C-0006 by Great Eastern Group. Detailed information on the PWS requirements is provided via the draft PWS (Attachment 1). In brief, the PWS tasks are performed in-port and at-sea through the ship ™s crew in the daily operations and maintenance of the Sea Fighter. Sea Fighter (FSF-1) is a wave-piercing catamaran (285.1 feet /86.9 meters long /1150 tonne displacement, and a 15 foot / 4.6 meter draft) powered by a Combined Diesel or Gas (CODOG) power plant that is ABS certified. Sea Fighter operates as a technology demonstrator/risk reduction platform home-ported at the Naval Support Activity Panama City (NSA PC), Panama City, FL. This requirement is for a contractor to provide the crew required to operate and maintain the FSF-1 during systems test and experimentation and during transit between ports. The following is a synopsis of desirable qualifications. Program Manager: Ten years system engineering and program management experience. Ship ™s Master: Possession of a U.S. Merchant Mariner Master 1600 Tons Upon Oceans License. Ship ™s Mate/Navigator: Possession of a U.S. Merchant Mariner Master 1600 Tons Upon Oceans or Near Coastal License. Chief Engineer: Possession of a license as U.S. Merchant Mariner Chief Engineer, of Any Horsepower Upon Oceans license with a USCG Gas Turbine Endorsement and 10 years ™ experience or be qualified as Engineering Officer of the Watch (EOOW) on commissioned gas turbine powered U.S. Warships with five years ™ experience and 10 years documented supervisory experience in the operation, maintenance, and repair of gas turbine engines and diesel engines. Additional crew, such as Boatswain, Able Seaman, Ordinary Seaman/Wiper, Engineering Assistant(s), QMED and Electronics Technician will be required. Security Clearances at the TOP SECRET level will be required for all crew members. The following information is provided for INFORMATIONAL purposes only: The estimated LOE is 996 hours in-port per week and 1512 hours if at-sea per week for each 12 month period of performance. This SSN/RFI is being issued to: 1. Gather industry input on the attached draft PWS 2. Request information on any changes in industry that the Government should consider to achieve direct cost savings 3. Request information on possible contract pricing considerations 4. Request information on other possible contract changes 5. Inform prospective offerors of the general acquisition timeline Firms responding to the SSN/RFI are asked to submit comments that address the Government's requirements, assumptions, conditions, or contemplated approaches to this future acquisition. Please submit information or suggestions that may encourage new, different or innovative approaches that would result in direct cost savings to the Government. Firms SHOULD NOT submit: proposals or offers; company marketing materials; requests to be considered for award or to be notified of a future solicitation; requests to be added to a mailing or distribution list; questions or comments not related to this RFI. Firms responding are requested to provide NSWC PCD all appropriate documentation (i.e., a detailed capability statement and/or relevant past performance history documenting its ability to perform similar PWS requirements) -- to operate, maintain and manage a one of kind High Speed Naval Craft aluminum vessel used to support advanced technology demonstrations, test and evaluation, administrator administrative and technical support programs; implement project management controls; significant multi-tasking; and ability to control costs to support its ability to carry-out the requirements of the PWS. In addition, your capability statement and/or relevant past performance history should: Identify appropriate levels and types of expertise in a manner that demonstrates its understanding of the requirements of the PWS; Identify all property, equipment, and facilities necessary to perform the requirements of the PWS. The contractor will be required to store a significant amount of Government Furnished Equipment (GFE) and should have a facility necessary to perform under the resultant contract. The government estimates 3,500 cubic feet within a 2000 square feet area of storage is required. Identify its specific experience in administrative and technical capabilities for operating and maintaining, Sea Fighter, a High Speed Naval Craft. The Sea Fighter shall be maintained and operated in accordance with the ABS rules for High Speed Naval Craft and the IMO HSC 2000 Code. The ABS class certificate will be maintained with all current notations as called out in Section 1.2.1 of the PWS and will be operated within the guidance included in the ABS Appendix to Class for the SEA FIGHTER. In addition, all other regulatory statements called out in the performance specification, such as MARPOL or International Tonnage Certificate, must be adhered to. A list of Vessel equipment is provided in Attachment 2. Provide a comprehensive contract start-up plan for establishing, organizing, staffing the contract. Provide relevant samples of a Quality System setting forth its capability for quality assurance (QA) and its general approach for accomplishing QA. NSWC PCD requests your responses by 03:00 pm (CST), on May 29, 2013. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWC PCD strategic planning. Information should be e-mailed to Courtney Henslee (Contract Specialist) and labeled with the sources sought number and title. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. All information shall be provided free of charge to the Government. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements. This is a Sources Sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. Attachments:(1) Draft Performance Work Statement (2) Draft Sea Fighter Equipment (4 pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1aa8d7f1350caf22e4f27c3fa13616b0)
 
Document(s)
Attachment
 
File Name: N6133113R0027_4-6_Draft_PWS.doc (https://www.neco.navy.mil/synopsis_file/N6133113R0027_4-6_Draft_PWS.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6133113R0027_4-6_Draft_PWS.doc

 
File Name: N6133113R0027_Sea_Fighter_APPENDIX_A.doc (https://www.neco.navy.mil/synopsis_file/N6133113R0027_Sea_Fighter_APPENDIX_A.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6133113R0027_Sea_Fighter_APPENDIX_A.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION, PANAMA CITY, FL
Zip Code: 32404
 
Record
SN03031852-W 20130411/130409234327-1aa8d7f1350caf22e4f27c3fa13616b0 (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.