SOURCES SOUGHT
19 -- Request for Information from Potential Sources for Response Boats
- Notice Date
- 9/19/2023 5:55:39 AM
- 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
- N00024-23-R-2212
- Response Due
- 10/20/2023 1:00:00 PM
- Archive Date
- 11/04/2023
- Point of Contact
- Destiney Cooper, Phone: 2027815105, Joseph Saponaro, Phone: 2028268009
- E-Mail Address
-
destiney.r.cooper.civ@us.navy.mil, joseph.f.saponaro.civ@us.navy.mil
(destiney.r.cooper.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
- PURPOSE: Naval Sea Systems Command (NAVSEA) is conducting market research to determine the feasibility of procuring five (5) 12.2 � 13.8m Response Boats with eight (8) cradles, five (5) trailers, and five (5) Forward Looking Infrared Systems (FLIRS) under a single award. The Government is interested in market information pertinent to proven (e.g. existing vessels) vessel(s)/craft(s) for potential FMS sale(s). In particular, the Government desires information pertaining to whole vessel characteristics, design information, operations, estimated acquisition costs, delivery time frames and past sales information. Designs and Licenses are not limited to corporations within the United States. Boat spares and associated training will be procured on separate line items and not a part of the overall vessel price. Mission Statement - Search and rescue, port security, water way and coastal security, law enforcement, marine environmental protection. ANTICIPATED SCOPE OF WORK: The RB is to have the following APPROXIMATE characteristics: Construction: Deep-Vee hull constructed from 5086 aluminum, with aluminum push knees and D-rubber fendering Length : 12.2 � 13.8 meters (40-45 ft), Beam: 4.3-4.6 meters (14-15 ft), Draft: 1.1 � 1.4m (3.5 - 4.5� ft), Range: Up to 250nm, Propulsion: Two (2) 615 kW (~825 hp) Diesel Engines (IMO Tier 2 compliant) with waterjets with Joystick Control System, Performance: Maximum sprint speed of 42 knots at full load, Auxiliaries: 230 VAC, 1 phase, 50 Hz electrical system; �1 phase 50Hzgenerator set, 190 liter (50 gallon) potable water system, Habitability: Operation in temperatures up to 50�C (122�F) with acoustic and thermal insulated, climate-controlled �pilothouse and crew cabin, including enclosed head, settee with small table, galley with sink, microwave, and small refrigerator, and features to mitigate dust and sand infiltration, Fiber-Reinforced Plastic (FRP) removable hardtop canopy/sun shade, Personnel: Minimum crew of 4 with 4-5 additional crew/passengers, Weapons: At least two (2) weapon foundations to accommodate pintle mounted 0.50 cal machine guns, Communications: Crew communication system, Ultra-High Frequency (UHF), Very High Frequency (VHF), High Frequency (HF) Radios, loud hailer-speaker, and transponder with dedicated Global Positioning System (GPS) antenna. Electronics: Current integrated electronics package or equivalent to include �electronic package with array radar, chart plotter, depth sounder, GPS/Wide Area Augmentation System (WAAS) and multi-function touch screen display, Forward Looking Infrared System: FLIR 230 or equivalent FLIR thermal night vision system, The boats will be provided with a one (1) year warranty by the manufacturer commencing with reactivation of the craft in-country. RESPONSE CRITERIA: NAVSEA is seeking responses from interested parties that can provide the boat with the characteristics outlined above. Interested parties are encouraged to submit a single compact disc (CD) containing the following: A cover letter containing the following: (a) The name and address of the interested party and where such boats would be built; (b) Point of contact including name, title, phone, and email addresses, (c) Business size SBA classification Specification (or cutsheets) that describes that the boats (in terms of hull equipment, engine specification, electrical system, command and control equipment, mechanical, etc.) being offered are of existing designs that meet the above listed requirements for the RB. The Government recognizes that interested parties may not have a platform that meets all the requirements. Interested parties are encouraged to respond to this RFI if minor deviations exist but could be readily modified; General Arrangements drawings of RB; A description of the company�s recent relevant experience. Estimated total construction time from start of construction to delivery at the builder�s facility; and Estimated rough order of magnitude (ROM) price for each RB, not including training, and any associated spares, the government would encourage pricing to identify the costs of including Heating Ventilation Air Conditioning (HVAC) & Generator as well as a price without this option. Questions or concerns may be directed to the Point of Contacts listed on this RFI. NOTICES REGARDING SOLICITATION:� This notice does NOT constitute a Request for Proposal and is not to be construed as a commitment, implied or otherwise, by the Government that a procurement action will be issued.� No telephone inquiries will be accepted and requests for solicitation packages will not be honored, as no solicitation is intended at this time.� THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT SOLELY ON THE BASIS OF THIS RFI. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b7bfd4394b404e828e021ce370b3e9b5/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06837743-F 20230921/230919230058 (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 |