Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

19 -- US Navy Marine Mammal Boat

Notice Date
2/27/2020 11:44:30 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
N00024-19-R-2230
 
Response Due
5/16/2019 12:00:00 PM
 
Archive Date
03/31/2020
 
Point of Contact
Tammy Ryman, Phone: (202) 781-3927
 
E-Mail Address
tammy.ryman@navy.mil
(tammy.ryman@navy.mil)
 
Description
DISCLOSURE: This is a Request for Information (RFI) notice only. This is not a Request for Proposal (RFP) and a formal solicitation is not available at this time. This RFI is for informational planning purposes and it is not to be construed as a commitment by the Government to issue an RFP, contract, or order for any actual procurement of materials, machinery, 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. This RFI is open to all interested parties both foreign and domestic. Should an RFP for production be issued, boat designs which originate outside the U.S. are permitted as long as the prime contractor can meet all domestic United States manufacturing and solicitation requirements. 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: The overall objective of this RFI is to provide industry and interested parties with information that will assist in the understanding of current technical requirements for a potential Marine Mammal boat. No specific information is required in response to this RFI; however, interested parties may respond and indicate interest as desired. The Navy plans to award a contract in FY20 for an estimated 4 boats, to be delivered to either Kitsap, WA and/or Navy stock points in San Diego, CA, and Williamsburg, VA. The notional schedule listed below is provided for planning purposes only. The Government is not obligated to pursue this schedule or a future solicitation because of this RFI. 1. Release draft RFP 4th QTR FY19. 2. Release final RFP 1st QTR FY20. DESCRIPTION: The boats are used by the Space and Naval Warfare Systems Command (SPAWAR) Systems Center Marine Mammal Program to support anti-swimmer defense operations. Marine Mammal Boat Key Characteristics: � Twin 225hp outboard engines � Aluminum monohull boats approximately 25 ft. in length. � Forward cabin, open w/side sliding windows, and fold-up windshield � Permanent aluminum hard-top extending from aft cabin to fully cover aft working deck to transom; Full weather enclosure for aft working deck w/roll-up, removable/stowable side panels � Forced air diesel cabin heater w/5 gal tank; Forced air ventilation system w/fresh air intakes for enclosed section of cabin and aft deck � Port side dive door � Single Display System incl radar, GPS and depth sounder; 2 VHF radios � Solid polyethylene protective collar � Heavy-duty aluminum twin-axle trailer � Space and weight reservation provided for two sea lion cages on 160""x80"" aft working deck (dim: 60"" x 40"" each / wt: 500 lbs each). RESPONSES & SUBMISSION OF INFORMATION: Interested parties are free to submit any information which may assist the Navy in its market research. Interested sources are encouraged to submit a capability summary that does not exceed five (5) pages in length. Submission in PDF format is desired. Drawings sized to 8.5""x11"" or 11""x17"". All other documentation sized to 8.5""x11"". The following information is requested (Please use as a checklist): 1. Provide company contact information. � a. Name � b. Position/Title � c. Email Address � d. Telephone Number 2. Provide GSA schedule, if applicable. The Navy is considering placing an order for these boats off the GSA schedule, therefore please also include: � a. A discussion of any Navy requirements for the Marine Mammal that may not be part of the GSA contract. � b. Identify any issues with issuing this contract on GSA (if none, please state ""none""). 3. Provide location of company production facilities, if applicable. 4. Describe facility production capacity (e.g. estimate on total construction time for one SPAWAR Marine Mammal; and how many SPAWAR Marine Mammal boats can be built per year), if applicable. 5. Provide any technical concerns with the production of the SPAWAR Marine Mammal boats. If none, please state ""none"". 6. Identify alternative contracting approaches, if any, that would benefit industry. If none, please state ""none"". 7. Provide a description of the company's relevant experience. If applicable, identify the number of vessels that were delivered, dates delivered and customer. 8. Provide the approximate price for: � a. Candidate vessel. � b. Technical Manuals & Other Data. � c. Potential savings due to quantity discount schemes. 9. General description of the company � a. Small Business (Y/N) � b. HUB Zone small business (Y/N) � c. Service-Disabled Veteran Owned (Y/N) � d. Economically disadvantaged women-owned small business (EDWOSB) (Y/N) � e. Women-owned small business (WOSB) concerns eligible (Y/N) 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. Please do not provide classified information or use the marking ""CONFIDENTIAL"" as this marking is considered classified by the Government which would require special handling of the information. 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 monitor FBO for updates and to participate in any future solicitation, if one is issued. This RFI is the continuation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a RFP.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4559ed45d87741c9a57211119842f074/view)
 
Place of Performance
Address: Naval Sea Systems Command1333 Isaac Hull Ave, SE, Washington Navy Yard, DC 20376, USA
Zip Code: 20376
Country: USA
 
Record
SN05574997-F 20200229/200227230144 (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  © 1994-2020, Loren Data Corp.