MODIFICATION
19 -- Next Generation Logistics Ship (NGLS) RFI
- Notice Date
- 8/4/2020 4:32:03 PM
- Notice Type
- Sources Sought
- NAICS
- 33661
—
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-20-R-2201R1
- Response Due
- 8/27/2020 11:00:00 AM
- Archive Date
- 09/30/2020
- 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
- PURPOSE: The Naval Sea Systems Command (NAVSEA), on behalf of the Support Ships, Boats, and Craft Program Office (PMS325), is conducting general market research and seeking information from all potential sources who may be interested in supplying ships and ship designs for a new series of Next Generation Logistics Ships.� The Navy envisions the Next Generation Logistics Ships as a family of vessels to rearm, refuel, and resupply afloat and ashore units near contested environments.� The Next Generation Logistics Ships would augment the current Combat Logistics Force (CLF) ships through the use of commercial vessel designs tailored for military applications to conduct logistics missions in support of Distributed Maritime Operations (DMO), Littoral Operations Contested Environment (LOCE), and Expeditionary Advanced Base Operations (EABO). The Navy believes that there are several types of commercial vessels that may be able to perform these missions including, but not limited to: Platform Supply Vessels, Fast Supply Vessels, or other types of Offshore Support Vessels.� While the Navy is considering conversion of existing vessels, new construction, or a combination of conversions and new construction in order to acquire the required number of Next Generation Logistics Ships, this request is for information regarding existing ship designs that could be modified and used for new construction.� For the purpose of this request, the Navy is only interested in new construction vessel designs; information on conversions, charters or other arrangements are not requested at this time. The Navy�s preference regarding new construction ships is to acquire vessels based on proven and mature ship designs that can be modified to meet the attached characteristics lists, but the Navy will consider information on purpose-built �clean-sheet� design concepts.� Cost of the vessels is of primary importance to the Navy, so Companies are requested to provide information concerning price of the vessels. RESPONSES: Responses should be limited to 20 pages or less (not including any drawings, specifications, or other design products). �Respondents may submit more than one response if the response is for more than one vessel.� A detailed proposal is not requested. Provide as much of the following data as practical within the time constraints of this inquiry. The following information is requested: 1.� Provide data and/or information on the vessel design capable of performing the missions identified.� The data and/or information should consist of �spec sheets� or similar marketing brochures for the candidate ship. If the design has been constructed, provide information on �the construction history (e.g. number of vessels built, shipbuilder, ship owner(s) and vessel name(s), contract and delivery dates if known). 2.� If available, provide existing data such as general arrangement drawings, build specifications, hull lines, machinery arrangements, speed-power curves or other powering information, cargo manuals, weight reports, or trim & stability books. � The Navy is interested in the seakeeping ability and performance of the vessel in conducting operations in station-keeping mode and underway. If available, provide dynamic positioning capability plots, seakeeping analyses or predictions, or information on intended or typical operational environments such as polar charts, safe operating envelopes, or Master�s observations.� 3.� Discuss the modifications to the existing design that would be necessary to meet the attached requirements. � In particular, the Navy is interested in conducting underway replenishment at speeds at 13 knots or greater in conditions up to and including Sea State 5. Discuss the feasibility, impacts, and any practical limitations to modify the vessel design to achieve higher speed and the ability to conduct underway replenishment in Sea State 5 at a speed above 13 knots. The Government may modify the attached characteristics if a vessel design presents significant cost savings, improved performance in other areas, or reduces risk. Discuss any characteristics or requirements that are particularly challenging. The Company may propose modified characteristics if it is not feasible to modify the design the meet the attached requirements lists. The Company may highlight any areas where the proposed design significantly exceeds the attached characteristics lists.�� 4.� Provide construction price(s) of the vessel design. �If the existing vessel design has been constructed previously, provide contract prices for the vessel. Provide estimated prices if the vessel contract prices are not known or if the proposed design has not been previously constructed. 5.� Identify the owner of the intellectual property for the design and describe any costs and limitations to obtain licenses for design modification and construction. 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.� Respondents should submit their responses in electronic format via e-mail by 2:00 PM ET on 27 August 2020, �to Mr. Christopher Paulus, PEO SHIPS, (PMS 325) at christopher.paulus@navy.mil with a copy to Ms. Roxie Thomas, NAVSEA 02, at roxie.thomas@navy.mil AND Mr. Aban Iqbal, at aban.iqbal@navy.mil. The RFI response file should be in PDF or Microsoft-compatible formats. Submissions may be accepted after this date, but feedback may not be as timely or contribute to NAVSEA�s project planning. � The Navy desires non-proprietary information in the responses. �Nevertheless, the Navy recognizes that proprietary data may be included with the information provided in the response. If so, clearly mark any such proprietary information and clearly separate it from the unrestricted information.� All information that is clearly marked as proprietary will be handled in accordance with the applicable statutes and regulations.� DISCLAIMER: This is a Request for Information (RFI) notice only.� This RFI is for informational planning purposes and is 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a10f8b713ae445ad8570767bf5b834ae/view)
- Record
- SN05743886-F 20200806/200804230144 (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 |