SPECIAL NOTICE
19 -- Harbor Security Boat
- Notice Date
- 12/16/2020 7:36:56 PM
- Notice Type
- Special Notice
- NAICS
- 336612
— Boat Building
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-21-R-2240
- Response Due
- 1/6/2021 9:00:00 AM
- Archive Date
- 01/21/2021
- 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)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This sources sought notice is in support of the N00024-21-R-2240 for the procurement of the Strategic Systems Program (SSP) Harbor Security Boat (HSB). The SSP HSB procurement will be for up to twenty-two (22) boats with brand name specific commercial components. This boat shall be a contractor design. Strategic Weapons Facility Pacific (SWFPAC) and Strategic Weapons Facility Atlantic (SWFLANT) are the users of this asset. While the Navy intends to solicit multiple sources for the SSP HSB under a competitive small business set aside, the requirement specifies the following Brand Name commercial items: Inboard Diesel Engines (Brand Name: Cummins, P/N QSB 6.7), quantity two (2) per boat Marine Gears (Brand Name: ZF, P/N 280-1), quantity two (2) per boat Drive Shafts (Brand Name: FRP Cardan), quantity two (2) per boat Waterjets (Brand Name: Hamilton jet, P/N HJ292), quantity two (2) per boat Electronic Navigation System (Brand Name: Furuno, P/Ns TZT12F, DRS4DNXT, GP330B, SS60-SLD), quantity one (1) per boat Intercom (Brand Name: Gentex, P/N LVIS), quantity one (1) per boat VHF Marine Band Radio (Brand Name: Standard Horizon, P/N GX6000), quantity one (1) per boat Antennas (Brand Name: Shakespeare, P/N 4187-HD), quantity three (3) per boat VHF/UHF Multiband Tactical Radio (Brand Name: Motorola, P/N APX8500), quantity one (1) per boat Manual Bilge Pump (Brand Name: Whale, P/N BP4402), quantity one (1) per boat Electric Bilge Pump (Brand Name: Rule, P/N 14A), quantity two (2) per boat Float Switch (Brand Name: USS, P/N Senior UPS01-12Volt), quantity two (2) per boat Emergency Position-Indicating Radio Beacon Station (EPIRB, P/N 2831 GlobalFix v4 Cat II EPIRB) (Brand Name: ACR), quantity one (1) per boat Anti-Fatigue Matting (Brand Name: Skydex, P/N Extreme Series), quantity one (1) per boat The following brand-name or equal descriptions are presumed to have no equivalents; however, it is possible that an equivalent or potentially superior product or system may be found or become available: Batteries (Brand Name: Optima, P/N D31M, or equal), quantity six (6) per boat Compass (Brand Name: Ritchie, P/N SS-5000, or equal), quantity one (1) per boat Law Enforcement Hailer/Siren System (Brand Name: Whelen; P/N WPA3FM, WPA112, SA315P; or equal), quantity one (1) per boat Law Enforcement Light Kit (Brand Name: Whelen, P/N F4W4BBBB, or equal), quantity one (1) per boat Diesel Fuel/Water Separator (Brand Name: Racor, P/N 751000MAX30, or equal), quantity one (1) per boat Anchor (Brand Name: Fortress, P/N FX-16, or equal), quantity one (1) per boat Brand name callouts allow major attributes of form, fit, function, interface, weight, and/or material to achieve a specific performance of the system within which it is used, and the boat as a whole. The following may apply: The item requires a form and fit in the boat�s design for installation, operation, or maintenance. The item�s weight is of critical importance to the boat�s design. The connection fittings required to incorporate the item into a system are necessary to incorporate or interface the specified item with the boat�s design. Input power, capacity, and other operating requirements for the item have been selected based on requirements of the boat�s design. The selected item is known to have low or no Electromagnetic Interference (EMI)/ Radio-Frequency Interference (RFI) with tactical communications equipment. There is no standard to which electronics can perform to that guarantees low or no EMI/RFI with the embarked tactical communications equipment. Compliance can only be determined through lab testing or on-boat installation testing. Output power, capacity, and other performance parameters of the item have been selected based on requirements of the boat�s design The specified item is one with established logistics support including, as applicable: maintenance planning and analysis; training and training support, including training equipment, curricula, and instruction materials; supply support; support equipment such as special tools and test equipment; technical documentation including technical manuals, Product Technical Description (PTD), Planned Maintenance System (PMS), Technical Repair Standards (TRS), and software documentation; computer resource support; facilities for maintenance and training; unique packaging, handling, storage, and transportation requirements; and human engineering considerations. The specified item has either passed, is in the process of, or is planned for Cyber Security validation. Cyber Security requirements for boats and craft are outlined in NAVSEA Letter Serial Number 05D/193, Subject: Initial Efforts for Cybersecurity for Boats, Combatant Craft, Seaborne Targets and Service Craft. The specified item has undergone testing for qualification/validation at the expense of the Government. The specified item is a spectrum dependent (SD) system common to existing platforms deployed worldwide which require certification of spectrum support to operate. Spectrum supportability requirements for boats and craft are outlined in NAVSEA Letter Serial Number 05D/193, Subject: Initial Efforts for Cybersecurity for Boats, Combatant Craft, Seaborne Targets and Service Craft. SSP HSBs are operated and maintained CONUS supporting SWFPAC and SWFLANT operations in each location. The cost impact to change the configuration of the systems specified above can vary with each location or region; however, the cumulative effect of cost impacts of all locations would significantly impact SWFPAC and SWFLANT ability to fund and support operation and maintenance of these boats.� Cost impacts to the entire SWF enterprise include development of operator training and training materials, Standard Operating Procedures, etc. Cost impacts to each location impacted by a configuration change include tuition and travel for maintainer training and certifications, additional tooling/workshops, diagnostic software and licensing, spare systems and spare parts for availability requirements, and development of local supply/support/maintenance agreements and/or contracts. The below paragraphs describe the applicable justifications for each component or system and additional references, system descriptions, and boat interfaces: 233 Diesel engines: A, B, C, D. The engine interfaces with the marine gear, drive shaft, waterjet and hull structure. The SSP HSB mission requires the specified minimum thrust and limited beam without exceeding the stability criteria. The engines have established logistics and is common with the existing fleet of SSP HSBs at SWFPAC and SWFLANT. Cyber security validation is planned to coincide with other programs.� Acceptable performance has been demonstrated through previous acceptance trials and operational experience for these boats. 241 Marine gear: A, B, D. The marine gear interfaces with the engine, drive shaft, waterjet and hull structure, and is installed on the engine when the engine is procured. The SSP HSB mission requires the specified minimum thrust and limited beam without exceeding the stability criteria. The marine gear have established logistics and is common with the existing fleet of SSP HSBs. Acceptable performance has been demonstrated through previous acceptance trials and operational experience for these boats. 243 Drive Shaft: A, B, C, D. The drive shaft interfaces with the engine, marine gear, waterjet and hull structure.� The SSP HSB mission requires the specified minimum thrust and limited beam without exceeding the stability criteria. The drive shafts have established logistics and is common with the existing fleet of SSP HSBs.�� Acceptable performance has been demonstrated through previous acceptance trials and operational experience for these boats. 247 Waterjets: A, B, C, D. The waterjet interfaces with the engine, marine gear, drive shaft and hull structure. The SSP HSB mission requires the specified minimum thrust and limited beam without exceeding the stability criteria. The waterjets have established logistics and are common with the existing fleet of SSP HSBs at SWFPAC and SWFLANT. ���Acceptable performance has been demonstrated through previous acceptance trials and operational experience for these boats. 422 Electronic Navigation system: A, B, C, E. The navigation system interfaces with the communications equipment. It has established logistics and is common with various Navy boats and the existing fleet of SSP HSBs. Additionally, the government periodically conducts market surveys for select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. This navigation system was selected by market survey. Cyber security validation is planned to coincide with other programs. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. 433 Intercom:� A, B, C.� The intercom system interfaces with the communications equipment. And it has established logistics and is common with various Navy boats including the existing fleet of SSP HSBs. Additionally, the government periodically conducts market surveys for select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. This intercom was selected by market survey. 441 VHF Marine Band Radio and VHF/UHF Multiband Tactical Radio and Antennas: A, B, C, E. The communication equipment and antennas interfaces with the navigation system and intercom system. And the systems have established logistics and is common with the current fleet of SSP HSBs. including the existing fleet of Force Protection Medium boats.� Additionally, the government periodically conducts market surveys for select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. These radio systems were selected by market survey. Cyber security validation is planned to coincide with other programs. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. 529 Manual and Electric Bilge Pump Systems and Float Switch: A, B. The bilge pumping systems, including switches and alarms, are safety systems which provide indication of and a means to manage flooding events while underway or unattended at the dock. These systems have established logistics and are common to all similarly sized Navy boats. 600 Emergency Position-Indicating Radio Beacon (EPIRB): A, B, C, E. The EPIRB is a safety system which has established logistics and is common with the across various Navy programs. Certification of spectrum support for spectrum dependent equipment is planned to coincide with other boats. 634 Anti-Fatigue Matting: A, B.� The Anti-Fatigue matting has established logistics and is common with the current fleet of SSP HSBs. It has established logistics and is common with most Navy boats. Additionally, the government periodically conducts market surveys for select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. This Anti-Fatigue Matting was selected by market survey. The below describes the applicable justifications for each component or system and additional references, system descriptions, and boat interfaces for items that are required to be brand name (or equal): 313 Batteries: A, B. The batteries are integral to the design of the boat to meet specified power requirements without the use of a generator. It has established logistics and is common with most Navy boats.� Additionally, Blue Top Optima was selected based on market survey by the government and is used on all Navy boats. Batteries are consumables which are carried in the Navy Supply System and considered HAZMAT, so minimizing types and quantities is a priority. 421 Compass: A, B. The compass is a critical piece of navigation equipment which requires a particular design to function properly across SWF installations. It has established logistics and is common with various other Navy boats. 443 Law Enforcement Hailer/Siren System and Law Enforcement Light Kit: A, B, C. The Law Enforcement systems have established logistics and are common with the current fleet of SSP HSBs. Additionally, the government periodically conducts market surveys for select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. This system was selected by market survey. 541 Diesel Fuel/Water Separator: A, B. The fuel/water separators interface with the propulsion engine diesel fuel system. It has established logistics tied to the propulsion engine logistics package and is common with the existing fleet of SSP HSBs and various other diesel-powered Navy boats. Fuel/waters separators contain filter elements which are consumables that are carried in the Navy Supply System, so minimizing types and quantities is a priority. 581 Anchor: A, B. The anchor is a safety item that must be readily accessible in an emergency. The specified anchor�s combination of light weight, size, and holding capacity has been selected for use with the size and weight of the SSP HSBs. The anchor has an established logistics and are common with the current fleet of SSP HSBs. Additionally, the government periodically conducts market surveys for select components. The surveys identify the most functional and reliable component in accordance with the needs of the fleet. This anchor was selected by market survey. SUBMISSION INSTRUCTIONS: Vendors interested in providing information regarding alternative items to the brand name and brand name �or equal� items for N00024-21-R-2240 shall provide a response as follows: Format: Microsoft Word� or Adobe� Portable Document Format (PDF) Length � No more than two (2) pages, excluding the cover page. Each side of a double- sided page counts when printed. Content: Responses shall be UNCLASSIFIED and shall include the following information: Cover Page. The cover page should include the notice number, and company profile to include, at a minimum, the following: Company Name�������������������� Address��������������������������������� Point of Contact�������������������� CAGE Code�������������������������� DUNS Number��������������������� Phone Number and E-mail Address�� Web Page URL��������������������� North American Industry Classification System (NAICS) Codes���� Small Business (Y/N):���������� Woman Owned Small Business (Y/N):��������� Small Disadvantaged Business (Y/N):���������� 8(a) Certified (Y/N):������������� HUBZONE Certified (Y/N): Veteran Owned Small Business (Y/N):��������� Service Disabled Small Business (Y/N):������� Central Contractor Registration (Y/N):��������� Company Ownership (U.S.), (Y/N):�� Name of the Brand Name Item, the �or equal� Make/Model number, and a written justification for how the alternate equipment meets �or equal� criteria to the Brand Name Item. Responses are due to the Contracting Officer � NAVSEA 02 at maureen.d.barlow@navy.mil, the Contract Specialist - NASEA02 at tammy.ryman@navy.mil and Assistant Program Manager - PEO Ships (PMS 325G) at christian.rozicer@navy.mil no later than 12pm EDT on 6 January 2021. Include N00024-21-R-2240 SSP HSB in the subject line of your email. NOTES: Do not send hardcopies (including facsimiles), as only electronic submissions will be accepted and reviewed. Do not attach ZIP files or lock or encrypt the file you submit or attach password- protected files. The Government will scan all files submitted and if a virus is detected, it may be grounds for rejection of the response. Cost data is not required in the response to this RFI. Questions and requests for clarifications on this notice must be sent via email to : Maureen Barlow, Contracting Officer - NAVSEA 02 (maureen.d.barlow@navy.mil), Tammy Ryman, Contracting Specialist � NAVSEA 02 (tammy.ryman@navy.mil) and/or Chris Rozicer, Assistant Program Manager � PEO Ships (PMS 325G) (christian.rozicer@navy.mil) no later than 6 January 2021. When submitting questions, include N00024-21-R-2240 SSP HSB in the subject line of your email. The Government may post questions and answers to the System for Award Management or betaSAM (formerly FBO) website at https://beta.SAM.gov. The Government does not intend to award a contract based on this notice or pay for the information. This notice is solely for market research, informational and planning purposes. This is not a Request for Quotation or a Request for Proposal, and it is not to be construed as a commitment by the Government. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items. Responses to this notice cannot be accepted as offers. No entitlement to payment of direct or indirect costs or charges by the Government arises as a result of submitting responses to this notice or the Government�s use of submitted information. Any information that the vendor considers proprietary or confidential business�information should be clearly marked as such. Responses to this notice that indicate information�therein is proprietary or represents confidential business information will be received and held in confidence for use by U.S. Government. The information provided in this notice is subject to change. The Government is under no obligation to revise any aspect of this notice should any information herein change. The Government will provide any additional information and issue�any additional requests for information at its sole discretion.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/59f4def06a9c4673bf6b463fd94f6619/view)
- Place of Performance
- Address: Washington Navy Yard, DC 20374, USA
- Zip Code: 20374
- Country: USA
- Zip Code: 20374
- Record
- SN05875166-F 20201218/201216230145 (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 |