Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOURCES SOUGHT

42 -- OIL SKIMMER

Notice Date
5/1/2017
 
Notice Type
Sources Sought
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, 9500 MacArthur Boulevard, West Bethesda, Maryland, 20817-5700
 
ZIP Code
20817-5700
 
Solicitation Number
N0016717RFIOILSKIMMER
 
Archive Date
6/23/2017
 
Point of Contact
Dianne K Grimes, Phone: 7574672820
 
E-Mail Address
dianne.grimes1@navy.mil
(dianne.grimes1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Navy Oil Skimmer Solicitation Number: N00167-17-RFI-Oil Skimmer Agency: Department of the Navy, Naval Sea System Command Office: Naval Surface Warfare Center, Carderock, Little Creek Location: Little Creek, Virginia Beach VA 23459 Synopsis: DISCLOSURE: FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: UPDATING THE GOVERNMENT SPECIFICATION. This is a Request for Information (RFI) notice only. This is not a request for proposal (RFP) or request for quotation (RFQ) 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. This RFI is for informational planning purposes and it is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This RFI does not commit the Government to contract for any supply or service. The Government will not pay for any effort expended or any material provided in response to this announcement. All costs associated with responding to this RFI are solely at the responding parties' expense. 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 liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI 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 RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.   PURPOSE: This RFI is an initial submission for commercially available oil skimming products that are capable of removing light refined oils (i.e. Diesel Fuel Marine (DFM) and JP-5) from the water surface in harbors and protected waters. This will assist the government in updating the government's current specification for competitive procurements in the future. The purpose of this RFI is to survey currently available product characteristics that will allow the Navy to assess the ability of industry to meet the notional requirements listed in this RFI with existing technology and to update the current specification. Submittal of technical data requested in this RFI, and other data or analysis provided to assist in this effort will be used by the Navy to devise a comprehensive market survey that will be used to update the government's specification for competitive action. The Naval Sea System Command (NAVSEA) is hereby issuing a RFI on behalf of the Support Ships, Boats, and Craft Program Office (PMS 325), to assist in forming a comprehensive market survey of commercially available oil skimming products. CAPABILITY DISCUSSION: The oil skimming technology shall be able to be integrated into a vessel. The oil skimming technology shall support a minimum Throughput Efficiency (TE) of 65%, a minimum Recovery Efficiency (RE) of 60%, and a minimum Recovery Rate (RR) of 6.5gpm while encountering a 1mm slick thickness of DFM and JP-5 at towed speeds of 0.5 - 2.5 knots in calm and harbor chop wave conditions (nominal significant wave height of 6 inches and 12 inches respectively), in accordance with ASTM Standard F 631-15 "Standard Guide for Collecting Skimmer Performance Data in Controlled Environments". RESPONSES & SUBMISSION OF INFORMATION: Interested parties are free to submit any information which may assist the Navy in its market research. There is no page requirement/limit and a detailed proposal is not requested. Submission in PDF format is desired. Drawings sized to 8.5"x11" or 11"x17". All other documentation sized to 8.5"x11". Provide as much of the following technical data as practical within the time constraints of this inquiry. If the Respondent has multiple commercially available oil skimming products that meet the RFI requirements, a separate response should be submitted for each. The following information is requested (Please use as a checklist): 1. Provide data and/or information on any oil skimmer meeting the key requirements as identified in the capability discussion section. Data must be submitted on existing oil skimming technologies only. The data and/or information should consist of: a. Principal characteristics, attributes, and capabilities. b. Performance information. • Minimum TE • Minimum RE • Minimum RR c. Drawings and specifications for the candidate oil skimming Technology. d. Photographs. 2. Identify or describe commercial applications where the technology has been used. a. If applicable, identify the number of oil skimming products that were delivered, dates delivered, and customer. 3. Provide the approximate price for: a. Candidate oil skimming technology. b. Consumable materials and parts. Note: As a reminder interested parties do not have to meet all requirements listed in this RFI to submit a response. All responses received will be reviewed by the Government. Responses are requested by 23 MAY 2017 AT 10:00 AM EASTERN TIME. General questions and clarification needed on requirements may be submitted electronically to dianne.grimes1@navy.mil. Respondents are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response. The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. 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. All responses need to be emailed to Dianne.grimes1@navy.mil or mailed to Contracting Officer Dianne Grimes 2600 Tarawa Ct Room B109, Virginia Beach VA 23459. It is the senders responsibility to ensure receipt of information to Dianne Grimes (email Dianne.grimes1@navy.mil. This RFI is the continuation 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. Samples to be mailed to Dianne Grimes, Contract Specialist 2600 Tarawa Court Virginia Beach VA 23459
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00167/N0016717RFIOILSKIMMER/listing.html)
 
Record
SN04491808-W 20170503/170501235429-9de66f1e8817c6d63a0342a0f5d7cff5 (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.