Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2020 SAM #6737
SOURCES SOUGHT

J -- Combatant Craft Medium Mark 1 (CCM Mk1) Sustainment

Notice Date
5/8/2020 6:13:20 AM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
H92405_USSOCOM_RFI_CCM_Mk1_Sustainment
 
Response Due
6/8/2020 12:00:00 PM
 
Archive Date
06/23/2020
 
Point of Contact
Roxanne Gerry, Phone: 8138265177
 
E-Mail Address
roxanne.gerry@socom.mil
(roxanne.gerry@socom.mil)
 
Description
Description: This is a Request for Information (RFI) � Sources Sought announcement as part of market research by The United States Special Operations Command (USSOCOM) on behalf of the Special Operations Forces Acquisition, Technology and Logistics (SOF AT&L) Program Executive Office Maritime (PEO-M); Program Manager Surface Systems (PM-SS) and is for information and planning purposes only.� This does not constitute a formal 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 a RFP, contract, or order.� No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up questions.� Responses to this notice are not proposals and will not be accepted by the Government to form a binding contract or agreement.� Contractor responses to the RFI will not be returned. � PM-SS is conducting market research to determine sources capable of executing post-production sustainment of the Combatant Craft-Medium, Mark I, hereafter referred to as CCM Mk 1, with the required expertise and capabilities to support preliminary planning for the post-production sustainment, repairs, and engineering modifications of up to thirty-two (32) CCM Mk 1 and Over The Road (OTR) trailers. � CCM Mk 1 craft and trailers are based and operated in locations specified in the Place of Performance section below. All depot-level maintenance, repair actions, and engineering modifications are required to be performed in local commuting area of the Special Boat Teams (SBTs) operating bases in San Diego, CA and Norfolk, VA.� Maintenance actions for deployed craft will be conducted at either the deployed location or nearest available port facility. � Responses must be properly marked, clearly identifying any proprietary information or trade secrets contained within the response. Please segregate proprietary information from non-proprietary. The Government will not be liable for, nor will suffer any consequential damages for any proprietary information that was not properly marked.� Information identified as such will be safeguarded and handled in accordance with Government regulations.� Not responding to this RFI does not preclude participation in any future competitive solicitation, if one is issued.� If a solicitation is issued, it will be announced via Contract Opportunities (beta.sam.gov) and all interested parties must respond to that solicitation announcement separately from the responses to this RFI.� Respondents are not expected to account for Government Furnished Equipment / Government Furnished Information / Government Furnished Materials (GFE/GFI/GFM) not listed here but that would be included in future solicitations.� If your response requires assumptions to be complete, please summarize those assumptions so the response can be considered properly. �GENERAL CAPABILITIES: � The CCM Mk 1 is a semi-enclosed, multi-mission combatant craft for maritime mobility. Craft modifications will likely be required for survivability improvement, military munitions, and Command and Control, Communications, Computers, Cyber and Intelligence (C5I) systems. The CCM Mk 1 trailer is a ladder-type, articulating, fifth-wheel design, which uses welded, galvanized steel construction riding on an air ride suspension system. It has triple axles with four wheels per axle with an automatic tire inflation system. The trailer may be lowered or raised, using the installed hydraulic or pneumatic control system. The trailer has a 30,000-pound capacity diesel powered hydraulic winch and a hydraulically assisted articulating system. The CCM Mk 1 trailer is C-17/C-5 ATTLA Air Transportable; has the capability for wet launch and recovery from improved ramps.� Trailers and craft are a match set and cannot be used interchangeably. Sustainment effort is for up to 32 CCM Mk1 craft and associated trailers.� For planning purposes, the assumed scope is sixteen (16) planned craft maintenance availabilities per year with up to an estimated eight (8) craft in-work at either location at any given time. GENERAL CCM Mk 1 CHARACTERISTICS: � Length Overall: 60� 7� Beam: 13� 2� Draft: 3� 5� Fuel Capacity: 1360 gallons Construction: Aluminum, using precision welding and construction techniques Engines: 2 � MTU 8v2000 M94 (1250HP each @ 2450 RPM) (turbo diesels) Payload: 10,000 lbs (4 Crew, 19 Passenger, Gear) Weight: 60,000 lbs Weapons Stations: 2, Port and Starboard Lift Technique: 3 point lift or belly band GENERAL CCM Mk1 TRAILER CHARACTERISTICS: � Trailer Weight: 20,920 lbs Gross Vehicle Weight (Trailer + Craft @ full load: 81,000 lbs) Tongue Weight � MAX: 21,400 lbs Trailer length: 60� Trailer Width: 12� Construction:� Galvanized Steel PLACES OF PERFORMANCE: San Diego, CA Norfolk, VA Outside Continental United States (OCONUS) TASK INFORMATION:� For planning purposes, the assumed scope is sixteen (16) planned craft maintenance availabilities per year with up to an estimated eight (8) craft in-work at either location at any given time. � Estimated yard period is six (6) months (April/October).� All repairs, engineering changes, and acceptance testing have to be completed within the allotted time frame.� � Work will be accomplished in the local commuting area of the respective boat teams (San Diego and Norfolk) � Rare requirement to form and deploy both CONUS and OCONUS repair team for emergent repairs. RFI RESPONSE CONTENT: � Responses to this RFI should include sufficient information and detail to allow the Government to determine whether the source has experience and/or capabilities to sustain and repair the CCM Mk1 and OTR trailers.� If a source intends to team, please identify the proposed team members and team arrangements and include functional areas and expertise provided by each team member. Responses should include information on the following capabilities and subject areas: Describe past experience in maintaining craft of similar size and construction of CCM Mk1. Provide craft construction detail, dimensions, and performance characteristics. For each example offered, indicate if your business was the original manufacturer of that craft. � Describe past performance in maintaining repair timelines and delivery schedules for efforts on similar craft and of comparable technical complexity and scope.� � Describe past experience maintaining craft of similar size and construction in which you were not the OEM and had limited technical drawing package.� Describe efforts taken to overcome lack of complete technical data. � Describe past experience developing maritime craft modifications to add/enhance capability or to address component obsolescence.� � Describe past experience in repairing aluminum craft using precision welding techniques. Information regarding specific tolerances to which you were inspected in areas such as flatness over a given distance, gap tolerance, etc., is beneficial. Information on construction/welding methods used to maintain required tolerances is also helpful. � Describe past experience maintaining and commissioning marine turbo diesel engines, to include engine control systems. � Describe past experience maintaining maritime craft control systems, which include fly-by-wire craft steering and engine control employing Controller Area Network (CAN), NMEA-0183, and NMEA-2000 bus systems in conjunction with electronic power distribution modules, digital sensors, and instrumentation to manage automated de-watering, fire-suppression, and various other craft loads. Name and address of potential repair facility for each location (San Diego & Norfolk) to include point of contact information such as names, titles, phones, and email addresses. Describe existing corporate infrastructure that can be used to support this workload. Describe the contractor facilities where the work will be accomplished to include craft lifting capability, keeping in mind that the CCM Mk1 can only be belly banded or 3-point lifted.� Please describe facility security features and if the facility is cleared to handle classified information/materials.� Provide security clearance level as appropriate. Describe any prior experience regarding contractual efforts with the Department of Defense (DoD) or other Government agencies. Indicate the size standard of your company and any special preference (e.g. small disadvantaged, woman-owned, HUBZONE, small business, veteran owned).� Refer to Federal Acquisition Regulation (FAR) Part 19. Respondents are alerted that they must be able to meet facility and personnel security clearance requirements for handling and storage of classified material up to SECRET level in accordance with the National Industrial Security Program (NISP) in order to sustain CCM Mk 1.� Please indicate current ability to meet clearance requirements. Industry Day: USSOCOM, PEO M-PMSS has not planned an industry day at this time.� If an Industry Day is planned, a notification will be announced via Contract Opportunities (beta.sam.gov).�� Response Instructions: Responses are limited to fifteen (15) printed pages.� Do not include company marketing material, corporate profiles, personnel resumes or duplicate material from a corporate website. Format: Responses should be formatted to print out legibly as follows: A) paper size 8.5 x 11 inch paper; B) 1� margins; C) Single spaced; D) Times New Roman Font, 12 Pt; and E) Microsoft Office Word 2010 or later and / or PDF format. Only electronic submissions provided to USSOCOM contracting officer will be accepted.� The Contracting Officer is Ms. Roxanne Gerry, email: Roxanne.Gerry@SOCOM.mil.� Responses shall be submitted to the Contracting Officer by June 8, 2020 by 3:00 P.M. ET. Notice of Intent to Utilize Government Support Contractors:� Respondents attention is directed to the fact that contractor personnel may provide advice and support reviewing responses.� When appropriate, contractor personnel may have access to response packages and may be utilized to objectively review information and provide comments and recommendations to the Government.� They may not make decisions or establish final assessments.� All advisors shall comply with Procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements.� The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Responses to the RFI constitutes approval to release the submittals to Government Support Contractors.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/57c19ed18d034f4bbffb7a08a57f4c26/view)
 
Place of Performance
Address: San Diego, CA 92155, USA
Zip Code: 92155
Country: USA
 
Record
SN05652079-F 20200510/200508230152 (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 |
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.