Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2016 FBO #5234
SOURCES SOUGHT

19 -- Explosive Ordinance Disposal (EOD) Multi-use EOD Response Craft (MERC) - EOD MERC Specifications DRAFT

Notice Date
3/21/2016
 
Notice Type
Sources Sought
 
NAICS
336612 — Boat Building
 
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
N0002416R2215
 
Point of Contact
Abigail d. Peregrino, , Roxie Thomas,
 
E-Mail Address
abigail.peregrino@navy.mil, roxie.thomas@navy.mil
(abigail.peregrino@navy.mil, roxie.thomas@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
EOD MERC Specifications DRAFT Synopsis : 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 notice does not constitute a commitment by the Government to issue an RFP, contract, or order. 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 RFI does not commit the Government to contract for any 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. 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 an RFI on behalf of the Support Ships, Boats, and Craft Program Office (PMS 325), to assess the availability of qualified, small businesses that would bid on the procurement of the attached requirements describing Multi-use Explosive ordinance disposal Response Craft (EOD MERC). These boats will replace boats currently in use with the Navy Expeditionary Combatant Command (NECC) Explosive Ordinance Disposal (EOD) and Mobile Diving and Salvage Units (MDSU). Approximately 80 of the existing boats will be replaced by the EOD MERC. This RFI will assist the Navy in finding qualified, small business sources to build the EOD MERC. Only U.S.-built and U.S.-flagged vessels will be considered. The Navy currently intends to recapitalize its aging fleet and procure EOD MERC boats beginning in Fiscal 2016. Description & MISSION PROFILE: The MERC will be used in the Navy EOD forces, including Mobile Diving and Salvage Units (MDSU), provide diving/demolition services in the marine environment in depths of up to 330 feet of seawater (FSW). Joint and Naval commanders require EOD platoons and MDSU companies to conduct underwater operations to locate, render safe and/or recover submerged objects and ordnance; harbor clearance/search; and expeditionary salvage operations. These operations have unique small-craft requirements. This capability will support: § Diving missions during limpet response, § Mine countermeasures (MCM) operations, § Unmanned systems operations, § Harbor clearance, § Expeditionary salvage, § Casualty evacuation (CASEVAC), § Passenger transport. The described missions will be conducted worldwide in permissive and non-permissive environments. The Navy is attempting to identify potential, qualified, small business sources to build and deliver EOD MERCs based on the attached, draft specification. Potential sources should have the personnel, facilities, technical capability and production capacity to produce up to 80 EOD MERCs over the life of a 5-year contract. Key MERC attributes and requirements: •§ Variants: Open Center Console and Cabin •§ Boat type: Rigid Inflatable Boat (RIB) •§ Nominal length: 9 meters (30 feet) •§ Nominal Full Load displacement: 12,000 lbs •§ Max Beam: 10 feet •§ Mission duration: up to 12 hours •§ Hull material: Infused Fiberglass reinforced Plastic (FRP) •§ Propulsion type: Twin Outboard 250 hp's •§ Cruise speed: 30 knots •§ Sprint speed: 35 knots •§ Range (with 10% reserve): 110 nautical miles or 4 hrs cruise + 8 hrs @ 5 knots •§ Payload: 5,000 lbs (including personnel) •§ Sea State: Full operation in SS2, Reduced operation SS3, Survive SS4 •§ Transportability: Air = C-130, Road = wide load without escort vehicle (10 ft beam), Marine = launch and recovery from Navy Ships •§ Stability: Meets ISO 6185-4:2014 requirements for Type X with a design category of B •§ Joystick piloting with Dynamic Positioning System •§ 7.5 KW gasoline generator for mission equipment and HVAC (cabin variant) •§ 500 lbs davit •§ Tactical communication suite •§ Hoisting fittings •§ Deck cargo tiedowns •§ Diver provisions (ladder, dive bottle stowage) •§ Forward and aft gun foundations Responses & Submission of Information Interested parties are free to submit any information which may assist the Navy in its market research and respond to RFI N00024-16-R-2215 There is a 10 page limit and a detailed proposal is not requested. Please include any drawings, specifications, or sketches. Provide as much of the following technical data as practical within the time constraints of this inquiry. The following information is requested: 1. Provide data and/or information on any vessel or vessel design in a similar size and capability range as that described in the draft specification. Data may be submitted on existing vessels, vessels that are conceptual or in design. If vessel is conceptual or in design please provide level of maturity. 2. Provide a description of the company's relevant experience. 3. If applicable, identify the number of vessels available and the years ships were delivered. 4. Identify the approximate price for candidate vessel. 5. Provide location of company production facilities. 6. Describe facility production capacity (e.g. estimate on total construction time for one EOD MERC; and how many EOD MERC boats can be built per year), based on current and projected yard-wide workload 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: Vessel principal characteristics and capabilities General arrangement drawings and renderings Design, construction, regulatory and classification standards employed Company production capabilities and recent, relevant, production history Contact information Note: As a reminder interested parties do not have to meet all requirements listed in this RFI to submit a response. All responses received will be reviewed by the Government. Responses are requested by 2:00 PM (EST), on APRIL 4, 2016. General questions can be submitted electronically to: peter.herrman@navy.mil AND abigail.peregrino@navy.mil. 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 choose one of the methods below to submit your response: 1. For electronic file sizes over 5 MB upload and submit your response to the Safe Access File Exchange (SAFE) application (https://safe.amrdec.army.mil/safe/). Please follow the steps below: Proceed as a Guest user by clicking on "I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User" Fill in all required fields Upload your RFI response and grant file access to the following email address: peter.herrman@navy.mil AND daniel.demko@navy.mil Click the "Submit" button 2. For electronic file sizes under 5 MB send by email to peter.herrman@navy.mil AND daniel.demko@navy.mil. 3. Submit digital copies files on CD or DVD by mail. Include two digital copies (e.g., 2 CD's or 2 DVD's). Mailing address: Combatant Craft Division - NSWC Carderock Division, Attn: Mr. Daniel Demko, Code 831, 2600 Tarawa Court, Suite 303, Norfolk, VA 23521. Please label your package with the solicitation number N00024-15-R-2215. Note: Preferred method of sending in responses for all electronic file sizes is by the Safe File Exchange application; however, responses will be accepted by email and mail as described above. This RFI in no way binds the Government to offer contracts to responding companies. 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 a market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). All information shall be provided free of charge to the Government. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N0002416R2215/listing.html)
 
Record
SN04056621-W 20160323/160321235147-1255ed62334a971556cad1d9b5351f35 (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.