SOURCES SOUGHT
19 -- T-AO Detail Design and Construction Sources Sought
- Notice Date
- 9/2/2022 3:46:55 AM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N0002423R2501
- Response Due
- 9/30/2022 8:59:00 PM
- Archive Date
- 09/30/2022
- Point of Contact
- Brett Bikowski, Jennifer Ede
- E-Mail Address
-
brett.t.bikowski.civ@us.navy.mil, jennifer.a.ede.civ@us.navy.mil
(brett.t.bikowski.civ@us.navy.mil, jennifer.a.ede.civ@us.navy.mil)
- Description
- NOTE: �This notice is for market research purposes only and does NOT constitute a request for proposal. �This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. �The Government is NOT seeking or accepting unsolicited proposals. �This Sources Sought notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office Ships (PEO Ships), and the Auxiliary and Special Mission Shipbuilding Program Office (PMS 325) for the purpose of conducting market research in accordance with FAR Part 10 to determine if sources exist that are capable of satisfying the Navy's anticipated program requirement for the detail design and construction (DD&C) of T-AO 205 John Lewis-class Fleet Replenishment Oiler ships using a technical data package as guidance. The John Lewis-class T-AOs replaces the legacy T-AO 187 Class Fleet Replenishment Oilers as well as the Fast Combat Support Ships.� The John Lewis-class T-AOs carry jet fuel, diesel fuel and lubricating oil, small quantities of fresh and frozen provisions, stores, potable water and more. �The T-AOs will be operated by the U.S. Navy�s Military Sealift Command and provide underway replenishment of fuel and stores to U.S. Navy ships at sea and jet fuel for aircraft assigned to aircraft carriers.� The Navy anticipates a total of twenty John Lewis-class T-AOs.� The Navy accepted delivery of the lead ship of its new class of fleet replenishment oilers, John Lewis (T-AO 205) on July 26, 2022.� Harvey Milk (T-AO 206), Earl Warren (T-AO 207), and Robert F. Kennedy (T-AO 208) are currently under construction. �The future Lucy Stone (T-AO 209), Sojourner Truth (T-AO 210), Thurgood Marshall (T-AO 211), Ruth Bader Ginsberg (T-AO 212), and T-AO 213 are under contract.� General characteristics of the John Lewis-class include: Twin shaft propulsion, geared medium speed diesels with PTO generators/PTI, 227.3 meters in length, 32.2 meters beam, 10.2 meters draft, Lightship Displacement of 22,173 metric tons, Full Load Displacement of 49,850 metric tons, Speed of 20 knots, Crew of 99 civilian mariners, Dry store capacities of 1,576 m3 freeze and a chill capacity of 1,362 m3, Landing platform for vertical replenishment can accommodate H-1, H-53, H-60, MV-22, and MSC�s commercial logistics helicopters, In accordance with 10 U.S.C. 8679, neither the vessel nor the hull, midbody, or other major fixed structural component of the vessel shall be constructed in a foreign shipyard. Following a review of the responses received, NAVSEA may elect to schedule one-on-one meetings with some respondents or ask follow-up questions to gain additional information regarding the company�s response.� ANSWERING THIS NOTICE: Respondents should provide a company profile to include, at a minimum, the following: � �Full Business Name � �Business Address (include mailing address if different) � �Cage Code � �At least two points of contact with name, email address, mailing address, and telephone number to contact for any necessary clarifications, to receive additional information, for additional data required by the analysis, and for information on any necessary non-disclosure agreements. � �Business size status (i.e., LB, SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB) for the identified NAICS Code(s). � �Describe your company�s ability to manage, secure and transmit information up to the SECRET level � �Describe your company�s organizational resources and facilities for the detailed design and construction of T-AOs assuming one ship per year starting with T-AO 214 in fiscal year 2024. �However, the contract is anticipated to include pricing flexibility to contain option pricing for an additional ship each fiscal year (upto two ships total per year).� The company�s narrative should define the processes and resources that will be implemented and administered to manage the total ship construction effort.� Include shipyard capabilities, capacity, resource planning, and a notional production delivery dates.� Describe the company�s manufacturing software tools (engineering design tools) that would be used for detail design and construction of the T-AOs using a technical data package as guidance. � �Describe the current production facilities that could be used to construct the T-AOs.� Graphically depict the layout and relative locations of the test facilities; offices; ways, drydocks, or other erection facilities; facilities for storage of intermediate construction products, including warehouses; piers and other waterfront facilities; shops and other fabrication facilities; and subcontractor facilities, if applicable, where T-AO construction could take place to demonstrate the capability and capacity of the company to construct, launch, test, and outfit T-AOs that meet the technical requirements of the Navy.� Describe any planned or in-process facility upgrades, noting whether these upgrades would be required in order to construct T-AOs.� Identify any facilities and/or environmental limitations that would affect the company�s ability to construct T-AOs, including predominant weather conditions, water depths (high/low tides) and any physical limitations between outfitting piers and trial areas (e.g. all navigating restrictions including but not limited to channel depths, bridge heights, ice restriction, etc.), and discuss planned mitigations. � �Identify the company�s recent experience constructing ships of a similar size and complexity as a T-AO.� The desired format for submissions is white paper or similar narrative (contractor�s format). The response should be in 12-point font with no less than 1-inch margins.� Submissions should be in Microsoft Word 2010 or searchable Adobe Acrobat Portable Document Format (PDF). �Respondents are requested to limit submissions to 10 pages in length, including figures.� In order to be considered in this market survey, your response must be received on or before 30 September 2022 by 11:59PM EST.� Companies are encouraged to submit prior to the closing date. Proprietary information, if any, must be clearly marked. �To aid the Government in its review and evaluation, please segregate proprietary information. �Please be advised that all submissions become Government property and will not be returned. �Respondents shall mark any data included in its submissions that they do not want disclosed to the public for any purpose. All responses must be sent via electronic mail to the following addresses: ��������� TO: Mr Brett Bikowski (Contracting Officer) at brett.t.bikowski.civ@us.navy.mil ��������� CC: Ms. Jennifer Ede (Contract Specialist) at jennifer.a.ede.civ@us.navy.mil ����������������� Mr. Rob Gerstein at robert.m.gerstein.civ@us.navy.mil ����������� ������Ms. Brie Lang at brienne.g.lang.civ@us.navy.mil � � � � � � � � � SUBJECT LINE: T-AO Sources Sought (insert name of company) Inclusion of a delivery receipt with an email submission will be the only indication of successful receipt of Sources Sought Response.� File size is limited to 10 Megabyte (MB) per email. �Vendors are responsible for ensuring their email size does not exceed the 10MB limitation. �File sizes larger than 10MB and .zip file extensions will be stripped by the Navy email system. �Modifications, amendments, or withdrawal of a response should also be made to the above email addresses. �One email is acceptable as long as it does not exceed 10MB. �If it exceeds 10MB, Companies may separate their submission among multiple emails and should number them email 1 of 3, 2 of 3, 3 of 3, etc. NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE. DISCLAIMER AND IMPORTANT NOTES: Respondents are advised that CACI International Inc. and Serco Inc. may assist the Government in its review of responses received under this notice. �Respondents shall provide notification on its cover page if the respondent does not consent to the use of the aforementioned contractor(s). �Unless otherwise stated by the respondent, a submission received to this notice constitutes consent that the abovementioned contractors can have access to all information provided in the respondent's submission.� This notice is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation. �This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. �Sources choosing to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. �Therefore, any cost associated with the market survey submission is solely at the interested vendor's expense. �The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.� Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work.� Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. �Respondents will not be notified of the results of this notice.� The information obtained from submitted responses may be used in development of an acquisition strategy and a future solicitation. �Submissions will not be returned.� No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3260c54b1f54463ebcc9fbc1495da785/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06452537-F 20220904/220902230129 (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 |