Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOURCES SOUGHT

19 -- USPACFLT Flag Barge

Notice Date
7/8/2020 2:27:46 PM
 
Notice Type
Sources Sought
 
NAICS
336612 — Boat Building
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-20-R-2200
 
Response Due
5/8/2020 11:00:00 AM
 
Archive Date
12/30/2020
 
Point of Contact
Aban Iqbal, Roxie Thomas
 
E-Mail Address
aban.iqbal@navy.mil, roxie.thomas@navy.mil
(aban.iqbal@navy.mil, roxie.thomas@navy.mil)
 
Description
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 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 domestic parties. Should an RFP for procurement be issued, boats constructed or located outside the U.S. are not permitted.� 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 overall objective of this RFI is to provide industry and interested parties with information that will assist in the understanding of current technical requirements for a potential Flag Barge. No specific information is required in response to this RFI; however, interested parties may respond and indicate interest as desired. The Navy plans to award a contract in FY20 for an estimated one boat, to be delivered to Honolulu, Hawaii, Seattle, WA, Norfolk, VA, or San Diego, CA. 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 3rd QTR FY20. Release final RFP 3rd QTR FY20. Anticipated award 4th QTR FY20. DESCRIPTION: Since the end of World War II, PACFLT has operated a flag barge for official tours of Pearl Harbor offering a unique opportunity to share the significant history and to highlight the United States� resolve, resilience and determination in times of adversity and peace.� These tours re-enforce the strategic importance of our military installations and supporting commands home based in Hawaii.� The unique and lasting impression provided by U.S. Pacific Fleet Commander�s barge is also used by Commander, INDOPACOM, Commander PACAF, Commander ARPAC, and Commander MARPAC.� It has an extensive history of supporting official visits by Heads of State, foreign government and military leaders, U.S. Presidents, Vice Presidents, U.S. Cabinet members, members of Senate and Congress, as well as influential people of industry, education and civil leaders.�� The boat will primarily be used to ferry VIPs in comfortable accommodations to and from the ARIZONA Memorial, around Ford Island Pearl Harbor, Ford Island and neighboring sites within the harbor. The Boat will be operated within the protected environment of Pearl Harbor only. It will be provided with a secure dedicated Boathouse General Characteristics Hull Material: Fiberglass or Aluminum (No wooden hull boats) Style: Traditional Motor Yacht with superstructure mostly aft, e.g., �Cockpit Motor Yacht� or similar. Length range: from 68� to 83� Breadth Maximum: 25� Maximum Draft: No greater than 6� Pilot House: Accommodations for coxswain and navigator. Pilot house separate from other spaces. Required open Deck Space: Minimal on aft weather deck and required areas for deck crew to handle lines, tie-up, moor boat, etc. Number of crew��������������������: four (4) crew; thirty (30) passengers Propulsion System: Twin, inboard diesel engines, shafting & propellers with bow thruster Speed: No requirement. Accommodations: Approximately 30 Persons for 2 Hours once a day Galley: Cabinets, microwave, refrigerator, freezer, stove, oven, dishwasher, sink. Counter space for appliances Seating: Twenty (20) total between two distinct/separated Salon/lounges areas Saloon: Two (2) lounge areas (one may be outdoor and semi-enclosed) Boat will provide service to Senior Military personnel and foreign Heads of State. Onboard furnishings should be tasteful and conducive to a business environment and not �Theme� oriented. ***Please note that Wooden Hull boats will not be considered due to long-term maintenance costs.*** RESPONSES & SUBMISSION OF INFORMATION: Interested parties are free to submit any information that may 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 Please identify if boat is certified to carry passengers, (Subchapter T, etc.).� Please list certifications. Provide any significant maintenance history (replacement/overhaul of major equipment, hull, electrical, etc.) of candidate boat. State any known maintenance required. Please state location of vessel and expected cost to provide �as-is� and cost of any required upgrades/maintenance to meet the requirements of this Request. State the age of the vessel. Indicate if the boat has ever been used in official government service in any capacity. Please indicate the last approximate date of the last known survey or United States Coast Guard Certificate of Inspection (USCG COI). Provide the approximate price for: Candidate vessel. Shipping to Honolulu, Seattle, San Diego or Norfolk General description of the company 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) 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 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 should be directed to the Contracting Officer with the Cntract Specialist and Program Manager on copy: To:� roxie.thomas@navy.mil� -�Roxie Thomas, Contracting Officer � NAVSEA 02 cc:��aban.iqbal@navy.mil -� �Aban Iqbal, Contact Specialist � NAVSEA 02� cc:� peter.herrman@navy.mil�-�Peter Herrman, Assistant Program Manager � PEO Ships/PMS 325G Responses are requested by 2:00 PM (EST) on Friday,�May�08, 2020.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/810191f6a85d4f3fb2fc56e02f88fc72/view)
 
Record
SN05715392-F 20200710/200708230146 (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.