Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2025 SAM #8525
SOURCES SOUGHT

19 -- Small Harbor Tug (YTL) Request for Information (RFI)

Notice Date
3/28/2025 11:39:33 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
N00024-25-R-2207
 
Response Due
4/10/2025 1:00:00 PM
 
Archive Date
04/25/2025
 
Point of Contact
Colin Foster, Phone: 2027815098, Aban Iqbal, Phone: 2027814859
 
E-Mail Address
colin.j.foster.civ@us.navy.mil, aban.h.iqbal.civ@us.navy.mil
(colin.j.foster.civ@us.navy.mil, aban.h.iqbal.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Request for Information (RFI) only, issued for informational and planning purposes. It does not constitute a commitment by the Government to issue a formal solicitation or contract, nor does it obligate the Government to pursue any specific acquisition alternative. Responding to this RFI is entirely voluntary, and the Government will not cover any costs incurred in doing so. Respondents are solely responsible for marking and identifying any proprietary information within their responses, as the Government assumes no liability for improperly marked data. Responses to this RFI do not constitute offers and will not be accepted as such. Not responding to this RFI does not preclude participation in any future solicitation. The Naval Sea Systems Command (NAVSEA) is seeking information from US-based shipyards regarding their capabilities in designing and constructing a new Small Harbor Tug (YTL). This Request for Information (RFI) is being issued to inform potential procurement strategies and does not constitute a guarantee of future work or a formal solicitation. The envisioned YTL will be a single vessel, approximately 60-65 feet in length, designed for ship-assist, towing, and escort duties. It will feature a modern azimuthing stern drive (ASD) configuration, exceeding the capabilities of legacy tugs. While built to commercial standards (ABS MVR), the YTL will need to meet specific Navy requirements. Key performance metrics include a minimum bollard pull of 60,000 lbs ahead and 50,000 lbs astern, a minimum speed of 10 knots, and a 48-hour endurance with a 4-person crew. Interested US-based shipyards are encouraged to respond with relevant information, as a formal RFP may be issued in the future. The Navy is requesting information from shipyards and boat builders capable of constructing the craft described above, to include: Design and engineering support, whether in-house or subcontracted; Description of construction facilities, including an estimation of how YTL craft could be constructed/delivered in parallel (i.e., lead/follow with some lag in construction time); and Relevant previous contracts demonstrating capability to construct and deliver a craft of this scope, size, and complexity. Anticipated resources/capacity to support detail design starting in mid-calendar year 2025 and construction starting in early calendar year 2026. Designed and/or fielded vessels available as a basis for design. Provide company contact information and business size status An east coast delivery is currently planned for the Small Harbor Tug (YTL). Responses to this RFI or questions regarding this RFI should be e-mailed to Colin Foster, Acquisition Manager, PEO USC PMS 300T at colin.j.foster.civ@us.navy.mil. This RFI is for market research purposes only and does not obligate the Government to award any contracts. Responses are encouraged from all defense and commercial contractors, including small businesses, HUBZone small businesses, and woman-owned small businesses. All information provided should be free of charge. NAVSEA may request further information, presentations, or site visits as needed to clarify capabilities and solutions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8ddd0c3347b54b1898733dc0d7cfd811/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07390812-F 20250330/250328230046 (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.