SOURCES SOUGHT
99 -- U.S. Navy Harbor Security Boats
- Notice Date
- 3/10/2020 10:55:43 AM
- Notice Type
- Sources Sought
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-20-R-2240
- Response Due
- 3/16/2020 11:00:00 AM
- Archive Date
- 03/31/2020
- Point of Contact
- Maureen Barlow, Christian Rozicer
- E-Mail Address
-
maureen.d.barlow@navy.mil, christian.rozicer@navy.mil
(maureen.d.barlow@navy.mil, christian.rozicer@navy.mil)
- Description
- U.S. Navy Harbor Security Boats 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 Harbor Security Boat contract award. The Navy plans to award a contract in FY20 for an estimated 6 boats, with options for an additional 2 boats in FY21 and options for 4 boats in FY22 to be delivered to the following locations (not limited to): Navy stock point in San Diego, CA Navy stock point in Williamsburg, VA Bremerton, WA Kings Bay, GA 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 2rd QTR FY20. Release final RFP 3rd QTR FY20. �DESCRIPTION: Strategic Systems Program (SSP) Harbor Security Boats (HSB) maintain various security measures to meet emergent Force Protection requirements HSB Key Characteristics: Length (overall):� ~36� Beam:� ~14� Hull:� Aluminum Draft (full load):� ~2� Speed (calm seas):� ~35 knots max Fuel Capacity:� ~200 gallons Propulsion:� Twin Inboard Diesel Engines with Waterjets Accommodations:� Enclosed Cabin with Heating, Ventilation and Air Conditioning (HVAC); � �Two marine shock isolation seats plus bench type seating for additional passengers Armament: Heavy Machine Gun Mounts Navigation: Integrated Electronic Navigation System (Display, Radar, GPS, Sonar) Communications: VHF Marine Band Radio, Inter-Crew Communication System Integrated hoist and tow fittings Heavy-duty aluminum or galvanized steel 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 requirements for the HSB 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 HSB; and how many HSB can be built per year), if applicable. Provide any technical concerns with the production of the HSB.� 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: Maureen Barlow, Contracting Officer � NAVSEA 02 (maureen.d.barlow@navy.mil), Tammy Ryman, Contracting Specialist � NAVSEA 02 (tammy.ryman@navy.mil) or Chris Rozicer, Assistant Program Manager � PEO Ships/PMS325G (christian.rozicer@navy.mil). Responses are requested by 2:00 PM (EST) on Monday, Mar 16, 2020.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fcbfd03487fe49e6868ca9c21a7fd0fb/view)
- Record
- SN05585089-F 20200312/200310230201 (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 |