Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2024 SAM #8208
SOURCES SOUGHT

19 -- USSOCOM CCM MK2 RFI

Notice Date
5/16/2024 4:57:19 AM
 
Notice Type
Sources Sought
 
NAICS
336612 — Boat Building
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
USSOCOM_CCM-MK2_RFI_2024
 
Response Due
6/14/2024 2:00:00 PM
 
Archive Date
06/29/2024
 
Point of Contact
Mr. Garrick Williams, Phone: 8138265177, Saint T. Numa
 
E-Mail Address
garrick.m.williams.civ@socom.mil, saint.t.numa.ctr@socom.mil
(garrick.m.williams.civ@socom.mil, saint.t.numa.ctr@socom.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
OVERVIEW:� This is a Sources Sought Request of Information (RFI) notice issued by The United States Special Operations Command (USSOCOM) on behalf of the Program Executive Office Maritime (PEO-M); Program Manager Surface Systems (PM-SS) for information and planning purposes only.� This is NOT a Request for Proposal (RFP) and a formal solicitation is not available at this time.� This notice does not constitute a commitment by the Government to issue a Request For Proposal, contract, or order.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Responses to this notice are not offers and will not be accepted by the Government to form a binding contract or agreement.� Responses to the RFI will not be returned. Description: The United States Special Operations Command (USSOCOM) is conducting market research to identify sources capable of manufacturing the CCM Mk2. The CCM Mk2 is a high-speed aluminum hulled boat that will replace the CCM Mk1. CCM Mk2 will incorporate technological advancements, while simultaneously demonstrating a cost-effective, sustainable, multi-role capability for maritime missions. Objective: The objective of this Request for Information (RFI) is to identify industry sources who can fabricate, assemble/build, and outfit one (1) CCM Mk2 craft. If a request for proposal is issued, USSOCOM will provide a Technical Data Package (TDP) that defines configuration baseline. CCM Mk2 Craft Characteristics: Monohull: high performance aluminum, advanced composites, carbon fiber, resins, or Kevlar, etc. Engines: twin 1,600 hp articulated surface drives, or twin 1,600 hp waterjets Engine fuel: diesel Approximate fuel capacity: 1,460 gal Approximate length overall: 61 ft Approximate beam: 13.3 ft Approximate height: 8.5 ft Approximate draft: 3.5 ft Configured to safely transport the craft over paved roads at highway speeds, or over unpaved secondary roads at a judicious speed, and shall be capable of launching and recovering the craft from crude boat ramps and loading onto military aircraft. Responses to this RFI shall include: A company profile stating the size standard of your company and if any preference has been obtained (small, disadvantaged, women owned, veteran owned, 8A, etc). A synopsis/description of your company�s manufacturing capacity An example of a similar craft which your company has manufactured. If your company has not previously manufactured a similar craft, provide a description of any craft that your company has built and delivered which generally fit the Mk2 craft characteristics. Recent/relevant Department of Defense contracts or commercial contracts your company has supported or executed (please include the contract number). Please indicate the date of your last self-assessment in accordance with NIST 800 standards and provide the CMMC score you assessed. As SOCOM moves towards more rigorous protection of its programs, are you open to partnering with the SOCOM Counterintelligence Branch and other federal agencies (NCIS, FBI, etc) to ensure the prevention of foreign compromise to our programs? Security: Each vendor must meet facility and personnel security clearance requirements for handling and storage of classified material up to the SECRET // NOFORN level in accordance with the National Industrial Security Program (NISP) in order to manufacture the CCM Mk2 craft. Please indicate your company�s current ability to meet clearance requirements for classified material up to the SECRET // NOFORN level. Submission: Submission package�is limited to 15 (fifteen) single-sided pages. Do not include company marketing material, corporate profiles, personnel resumes, or duplicate material from a corporate website.� Format: Responses should be formatted to print out legibly as follows: A) Paper Size - 8 � x 11-inch paper; B) 1"" Margins; C) Single space; D) Arial font - 12 Point; and E) PDF format. Submission Type: Only electronic submissions provided to the below points of contact will be accepted. Please include all parties: Garrick Williams, Contracting Officer: garrick.m.williams.civ@socom.mil Ashley Watson, Contract Specialist: ashley.s.watson.civ@socom.mil Saint Numa, Contract Specialist, Contractor Support: saint.numa.ctr@socom.mil NOTE: This is a Request for Information (RFI) only and may not result in the issuance of a Request for Proposals (RFP). If you choose to submit proprietary information, mark it according to your company specifications. Notice of Intent to Utilize Government Support Contractors: �Respondents attention is directed to the fact that contractor personnel may provide advice and support reviewing responses. �When appropriate, contractor personnel may have access to response packages and may be utilized to objectively review information and provide comments and recommendations to the Government. �They may not make decisions or establish final assessments.� All advisors shall comply with Procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. �The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Responses to the RFI constitutes approval to release the submittals to Government Support Contractors.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c8d1259eb6e4acca695f2b6dfbd1477/view)
 
Place of Performance
Address: Tampa, FL, USA
Country: USA
 
Record
SN07067710-F 20240518/240516230058 (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.