Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SPECIAL NOTICE

19 -- Oil Spill Response Boom Platforms, and Utility Boats

Notice Date
7/31/2020 1:14:32 PM
 
Notice Type
Special Notice
 
NAICS
336612 — Boat Building
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-15-D-2214
 
Response Due
8/7/2020 11:00:00 AM
 
Archive Date
08/22/2020
 
Point of Contact
Roxie Thomas, Matthew Warncke
 
E-Mail Address
roxie.thomas@navy.mil, matthew.warncke@navy.mil
(roxie.thomas@navy.mil, matthew.warncke@navy.mil)
 
Description
This is a Synopsis announcement. A written solicitation will not be issued. Naval Sea Systems Command (NAVSEA) intends to extend the period of performance for the competitively competed Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) Contract No. N00024-15-D-2214, awarded to MetalCraft Marine Inc. on 29 September 2015, located in Cape Vincent, NY, for an estimated for an estimated fifty (50) Oil Spill Response (OSR) Utility Boats (OSR UBs) and twenty (20) OSR Boom Platforms (BPs) for a total estimated quantity of seventy (70) OSR UBs and BPs. Naval Facilities Oil Spill Response Program (NAVFAC) has a continuing requirement for Navy harbor oil spill recovery operations. NAVFAC Users have cited the urgent need to maintain craft delivery continuity to sustain craft replacement and mission training. The total length of Contract No. N00024-15-D-2214 was five (5) years with an estimated order of 70 boats. To date, the Navy has ordered seventy (70) of the estimated seventy (70) OSR BPs and UBs. The Navy Intends to extend the existing IDIQ for a period of up to 2 years. The final Delivery Orders will satisfy mission requirements, while not exceeding the established funding ceiling. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 336612, Boat Building. Small Business Size Standard for this acquisition is 1,000 Employees. Typical mission requires UB and BP to sprint to the oil spill location ahead of the Rapid Response Skimmer (RRS). After spill assessment, 24"" response boom (aboard BP) is tied off to UB, which is used to payout/deploy boom to surround spill while the RRS recovers the oil. The RRS skims the oil off of the top of the water and holds it in an onboard storage container for proper disposal and processing. The intent of this notice is not to solicit competitive offers. However, interested parties may submit a capability statement of a similar oil skimming system that can meet the key requirements identified above to the Contracting Officer for consideration. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. RESPONSES & SUBMISSION OF INFORMATION: Interested party�s response to this Synopsis shall be limited to five (5) pages. 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): Provide company contact information. Name Position/Title Email Address Telephone Number General description of the company Small Business (Y/N) HUB Zone small business (Y/N) Service-Disabled Veteran Owned (Y/N) Economically disadvantaged women-owned small business (EDWOSB) (Y/N) Women-owned small business (WOSB) concerns eligible (Y/N) Provide location of company production facilities, if applicable. Provide a description of the company�s relevant experience. If applicable, identify the number of delivered vessels, dates delivered, and customer. If available, please provide the following information for the candidate vessel: Vessel principal characteristics and capabilities Photos, drawings, and/or renderings Design, construction, regulatory and classification standards employed Provide the approximate price for: Candidate vessel(s). Technical Manuals & Other Data. Potential savings due to quantity discount schemes. Interested parties shall respond to this Synopsis no later than 2:00 PM (EST) 7 August 2020. Email your response to: Ms. Roxie Thomas, Contracting Officer, roxie.thomas@navy.mil EMAIL IS THE ONLY ALLOWED METHOD WHEN RESPONDING TO THIS SYNOPSIS. Regular mail and fax are not available.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0d1e21dc8854432481abf6030c92aff8/view)
 
Place of Performance
Address: Cape Vincent, NY 13618, USA
Zip Code: 13618
Country: USA
 
Record
SN05741372-F 20200802/200731230144 (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.