Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2016 FBO #5236
SOURCES SOUGHT

19 -- Request for information from potential sources and sellers of existing vessels for service as a U.S. Navy Towing, Salvage, and Rescue Ship

Notice Date
3/23/2016
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-16-R-2219
 
Archive Date
12/31/2016
 
Point of Contact
Brenda Uyeda, Phone: 2027813928, Roxie Thomas, Phone: 202-781-5331
 
E-Mail Address
brenda.uyeda@navy.mil, roxie.thomas@navy.mil
(brenda.uyeda@navy.mil, roxie.thomas@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
PURPOSE: This is a sources sought notice for information and acquisition planning purposes and is identical to RFI N00024-16-R-2221 which was posted under 423860 NAICS code. 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 an RFP, contract, or order. The Government will not pay for any effort expended or any material provided in response to this announcement. The Naval Sea System Command (NAVSEA) is hereby issuing a Request for Information (RFI) on behalf of the Support Ships, Boats, and Craft Program Office (PMS325), seeking information from all potential sources who may be interested in selling existing commercial vessels to the Navy to perform towing, salvage, and rescue missions. The Navy believes that there are several types of commercial vessels that may be able to perform these missions, including, but not limited to: Anchor Handling Tug/Towing Supply vessels, Multi-Mission or Multi-Purpose Service vessels, or other types of Offshore Support Vessels. The Navy's preference is for vessels available for sale that were built in the U.S., are currently classed by the American Bureau of Shipping, and currently certificated by the U.S. Coast Guard; however, the Navy will also consider information concerning vessels available for sale that are currently classed by another International Association of Classification Society member and foreign-built. For purpose of this request, the Navy is only interested in vessels available for sale; information on leases, charters or other arrangements that are not a direct sale will not be considered. Cost of the vessels is of primary importance to the Navy, and respondents are requested to provide information concerning proposed price of the vessels as indicated below. For purposes of this information request only, the Navy is contemplating acquiring a total of 2 to 9 vessels. The Navy may choose to acquire vessels from multiple sources; therefore, responses can be for single or multiple ships. As a basis for the response to this request only, it should be assumed that the Navy would purchase two vessels in the Government Fiscal Year 2017, followed by two vessels per year thereafter. DESCRIPTION: The Navy requires ocean-going tug, salvage, and rescue capabilities to support Fleet operations. The Navy's current capabilities are provided by four T-ATF 166 ocean-going fleet tugs and four T-ARS 50 class Rescue/Salvage ships. Routine operations of these vessels include Towing, Deep ocean search and recovery, Mobile diving and salvage unit-embarked operations, Submarine rescue vessel of opportunity, Oil spill response, and Humanitarian assistance. The Navy's key requirements for existing vessels that will be considered as ocean-going towing, salvage, and rescue vessels are: • Bollard Pull: minimum of 130 short tons • Dynamic Positioning: DPS-2 or equivalent • Unobstructed Deck Space: minimum of 5,000 sq. ft. of clear and unobstructed aft working deck area • Maximum current age of existing vessels: 20 years from vessel delivery All vessels proposed must meet these requirements without modification. RESPONSES: Interested parties are free to submit any information which may assist the Navy in its market research and need only to respond to one RFI. RFI N00024-16-R-2219 and N00024-16-R-2221 are identical in content but are broadcasted to different NAICS groups. Responses should be limited to 20 pages or less. If vessels from different classes are being proposed, provide separate responses for each class of vessels. The following information is requested: 1. Provide information on the proposed vessel(s) that is available for sale including: vessel name, key vessel characteristics and major equipment, year built, construction location and builder. Provide a summary of the vessels' operations and operating locations since delivery. 2. Provide certificates and other documents to demonstrate the vessel's current classification notations and certifications. 3. Identify the vessel owner/seller and broker (if applicable), including company addresses and contact information. Identify individuals at each company that are authorized to provide information concerning the vessel sale terms and price. 4. Provide the proposed price(s) of the existing vessel. Identify any conditions that would affect the sale, including liens or other claims against the vessel. Submission of Information: Information should be mailed to Mr. Christopher Paulus Naval Sea Systems Command, Attn: Mr. Christopher Paulus, PMS325, 1333 Isaac Hull Avenue SE, Washington Navy Yard, D.C. 20376 and labeled with the solicitation number. Responses are requested by 2:00 PM (EST), on 15 April 2016. Questions can be submitted electronically to christopher.paulus@navy.mil and brenda.uyeda@navy.mil. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. This RFI in no way binds the Government to offer contracts to responding companies. The information provided will assist NAVSEA in developing and further defining future procurement and acquisition strategies. Defense and commercial contractors, including small businesses, veteran-owned businesses, service-disabled veteran-owned businesses, HUBZone small businesses, and woman-owned small businesses are encouraged to participate. This RFI is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-16-R-2219/listing.html)
 
Record
SN04059684-W 20160325/160323235028-3f8c245a1fc6cdb09adccb901e38e523 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.