Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2023 SAM #7723
SOLICITATION NOTICE

19 -- Hydrographic Survey Vessel

Notice Date
1/17/2023 12:41:43 PM
 
Notice Type
Presolicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-23-R-2233
 
Response Due
2/1/2023 1:00:00 PM
 
Point of Contact
Joseph Saponaro, Phone: (202) 826 - 8009
 
E-Mail Address
joseph.f.saponaro.civ@us.navy.mil
(joseph.f.saponaro.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sole Source Synopsis announcement. This is not a Request for Proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a formal commitment by the Government to issue an RFP, contract, or order. Naval Sea Systems Command (NAVSEA) intends to award a Firm Fixed Price (FFP) contract to Workskiff, Inc. located in Sedro-Woolley, WA, for one (1) Hydrographic Survey Vessel to support Foreign Military Sales, Building Partner Capacity case with the Government of Bulgaria. The single award contract in FY23 will be for one (1) 31� Hydrographic Survey Vessel designed and built to U.S. Navy specification and support equipment, spare parts, training, and warranties. The Hydrographic Survey Vessel is also required to be transported via C-130 aircraft, which necessitates an aviation certification. This is a unique and critical requirement for the Hydrographic Survey Vessel, which enables unique mission capabilities throughout the world. Currently Workskiff Inc. is the only source of procurement for the Hydrographic Survey Vessel that has completed the certification process as follows: Air Transport Test Loading Agency (ATTLA), Wright-Patterson Air Force Base: Evaluates all loads to be airlifted, either for transport or aerial delivery. Key parameters are weight, envelope, center of gravity, restraint system, and air worthiness. Primary focus is the safety of the airframe. Designing for internal Delivery in Fixed Wing Aircraft MIL-STD-1791 (USAF) & Loading Environment and related requirements for platform rigged airdrop material MIL)HDBK-669 (ARMY). Air Mobility Command (AMC): Provides final approval or disapproval of payload and provides aircraft and crew for testing of the system. There are no other vessels available on the market that meets these requirements and are certified for transport via C-130 aircraft. The total length of the contract will be one (1) year. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 336612, Boat Building. Small Business Size Standard for this acquisition is 1,000 employees. The intent of this notice is not to solicit competitive offers. A written solicitation will not be issued. Pursuant to 10 U.S.C. 2304(c)(1), only one responsible source exists and no other supplies or services will satisfy agency requirements. This notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The is not a solicitation or a promise to issue a solicitation and this information is subject to modification and in no way binds the Government to award a contract. However, interested parties may submit a capability statement of a similar Hydrographic Survey Vessel that can meet the key requirements identified above to the Contracting Officer for consideration. No reimbursement will be made for any cost associated with providing information in response to this synopsis or any follow up information requests. 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 held liable for, or suffer and consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this synopsis 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 synopsis. Responses will not be returned. Not responding to this notice does not preclude participating in any future solicitation, if one is issued. Specific responses to the approached will not disqualify or have an impact on participation and evaluation on future solicitations. Responses to this synopsis shall be limited to three pages and shall include the following information: Company name, address, point of contact, phone number, and email address. General description of the company, to include: type of small business and business size (HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), etc.) Ability to obtain certification for transport by C-130 aircraft. Company capability to meet the key requirements based on a tested system. Interested parties shall respond to this Sole Source Synopsis no later than the 4:00 PM 01 Feb 2023 as indicated by the response date above. Email your response to the points of contact as listed below. Email communication is the only allowable method of responding to this synopsis.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aedaace25b3943dea22864efab7bce43/view)
 
Record
SN06565574-F 20230119/230117230105 (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.