Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2014 FBO #4730
SOURCES SOUGHT

19 -- Request for information from potential sources of existing vessels or designs for service as a U.S. Navy Towing, Rescue, and Salvage Ship

Notice Date
11/4/2014
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-15-R-2205
 
Archive Date
12/31/2014
 
Point of Contact
Roxie Thomas, Phone: 202-781-5331
 
E-Mail Address
roxie.thomas@navy.mil
(roxie.thomas@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DISCLOSURE: This is a Request for Information (RFI) notice only. This RFI is for informational planning purposes and it not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding parties' expense. 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. PURPOSE: The Naval Sea System Command (NAVSEA) is hereby issuing a Request for Information (RFI) on behalf of the Support Ships, Boats, and Craft Program Office (PMS 325), seeking information from all potential sources who may be interested in supplying commercially-available American Bureau of Shipping (ABS)- classed vessels capable of performing towing, salvage, and rescue missions. The Navy believes that there are several types of commercial vessels that may be able to perform these missions (including, but not limited to: Anchor Handling Towing Supply vessels, Platform Supply Vessels, Multi-Mission or Multi-Purpose Service vessels, or other types of Offshore Support Vessels), but the Navy will consider any type of vessel meeting the requirements listed below. The Navy's preference is to acquire vessels from potential sources with proven and mature ship designs; therefore, the Navy is interested only in responses for vessels that have been previously constructed, are currently in construction, or will be in construction within the next two years. The Navy's preference is for vessels built or being built in the U.S.; however, if vessels were built overseas, responses must clearly describe how that experience would be leveraged for construction in the U.S. The Navy is not interested at this time in concept designs without a demonstrated construction and operational history. Cost of the vessels is of primary importance to the Navy, and respondents are requested to provide information concerning price of the vessels as indicated below. For purposes of this request only, the Navy is contemplating acquiring 5 to 9 vessels. As a basis for the response to this request, it should be assumed that the first vessel would be contracted for construction in the U.S. in the Government Fiscal Year (FY) 2017. However, if active production lines exist which the Navy could take advantage of, the first vessel could be contracted for as early as FY2016. Description: The Navy requires ocean-going tug, salvage, and rescue capabilities to support Fleet operations. The Navy's current capabilities are provided by four T-ATF 166 ocean-going fleet tugs and four T-ARS 50 class Rescue/Salvage ships which reach the end of their expected service lives starting in 2020 and 2025, respectively. This request for information is associated with a potential recapitalization program for a new class of ocean-going tug, salvage, and rescue vessels. The Navy's intention is to acquire state-of-the-art commercially-available American Bureau of Shipping (ABS) classed vessels capable of performing the towing, salvage, and rescue missions described below. Please note that responses to this RFI may include vessels that are not classed to ABS Rules, Notations, and Guides but must be classed by an International Association of Classification Societies (IACS) member. Routine operations of these vessels will include: Towing Deep ocean search and recovery Mobile diving and salvage unit-embarked operations Submarine rescue vessel of opportunity Oil spill response Humanitarian assistance The Navy's key requirements for t he ocean-going tug, salvage, and rescue vessels are : Bollard Pull: 120-150 short tons Dynamic Positioning: ABS DPS-2 Notation or equivalent Unobstructed Deck Space: 4,400 to 5,400 sq. ft. of clear and unobstructed area These key requirements are mandatory capabilities that the vessel must provide. RESPONSES: Responses should be limited to 20 pages or less (not including any drawings, specifications, sketches, or documents to support price or contract scope). A detailed proposal is not requested. Provide as much of the following technical data as practical within the time constraints of this inquiry. If the Respondent has multiple vessels that meet the RFI requirements, a separate response should be submitted for each. The following information is requested: 1. Provide data and/or information on the existing vessel which is capable of performing the routine operations identified above and meeting the key requirements. The data and/or information should consist of general arrangements drawings and specifications for the candidate ship. 2. Provide the production status of the existing vessel, whether the vessel is currently in production and when production is scheduled to ramp down and end, and identification of the vessel owner and shipyard. Provide the number of ships built and the years ships were delivered. If the ship has not been previously constructed but is on order under a firm contract, provide schedule milestones including when production is scheduled to start and end, and identification of the vessel owner and shipyard. If the ship is no longer in production, but was recently in production and a fully-developed production-level design exists, provide a narrative on the state of the design and how production can be re-constituted. 3. Provide the contract price(s) of the existing vessel and the contract scope associated with that price. Contract price and contract scope should be supported by actual contract documents that can substantiate that this is a commercial item. Rough Order of Magnitude estimates and other un-supported cost estimates are not desired in responding to this section. Submission of Information: Interested parties are free to submit any information which may assist the Navy in its market research, no specific format is required. Information of interest includes: General arrangements drawings Machinery plant configuration and operation description Vessel Technical Specification including IACS member class notation Dynamic positioning and towing capabilities Accommodations (Crew), messing spaces, and offices Fuel capacity, endurance range, and fuel consumption (economical, normal transit, and maximum, DP mode) Special operating restrictions or conditions Information on actual or planned Classification Contact Information Information should be labeled with the solicitation number and mailed to: Naval Sea Systems Command Attn: Ms. Roxie P Thomas, SEA 022 1333 Isaac Hull Avenue SE, Washington Navy Yard, D.C. 20376 Responses are requested by 2:00 PM (EST), on 21 November 2014. However, submissions may be accepted after this date, but feedback may not be as timely or contribute to NAVSEA's strategic planning. Questions should be submitted electronically to christopher.paulus@navy.mil and roxie.thomas@navy.mil. 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. The information provided will assist NAVSEA in developing and further defining future procurement and acquisition strategies. 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 participate. This RFI is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). NAVSEA may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. Please be advised that all submittals will be considered government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-15-R-2205/listing.html)
 
Record
SN03565617-W 20141106/141104234520-ac2ef328b0987fe6aa92d67a7cb28125 (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.