SPECIAL NOTICE
99 -- REQUEST FOR INFORMATION NOTICE FOR THE AUXILIARY GENERAL OCEAN SURVEILLANCE SHIP (T-AGOS(X))
- Notice Date
- 2/10/2021 1:12:10 PM
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Response Due
- 3/3/2021 2:00:00 PM
- Archive Date
- 03/18/2021
- Point of Contact
- Kurt Boyles, Roxie Thomas
- E-Mail Address
-
kurt.boyles@navy.mil, roxie.thomas@navy.mil
(kurt.boyles@navy.mil, roxie.thomas@navy.mil)
- Description
- INTRODUCTION This Request for Information (RFI) Notice is being issued by the Naval Sea Systems Command (NAVSEA), on behalf of the Support Ships, Boats, and Craft Program Office (PMS325) for the Auxiliary General Ocean Surveillance Ship (T-AGOS(X)). PMS325 is requesting information and feedback on the DRAFT Technical Data Package (TDP) and DRAFT 3-D Product Model Review Process, Attachment J-12. Due to the sensitivity of the attachments, all copies will be made available upon written request. The DRAFT TDP and DRAFT Attachment J-12 are for a future planned Detail Design and Construction solicitation of the new T-AGOS(X) ship. This RFI is for information and planning purposes and to allow industry the opportunity to verify the reasonableness and feasibility of the requirement, as well as promote competition. � DISCLAIMER This is a Request for Information (RFI) notice only. This RFI is for informational planning purposes and is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This notice does not constitute a solicitation or a promise of a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI are solely at the responding parties� expense. It is desirable that data be received with unlimited rights to the Government. Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. 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. WORK REQUIREMENTS T-AGOS(X) will recapitalize the existing ship capability of four T-AGOS 19 class and one T-AGOS 23. T-AGOS is the host platform for the Surveillance Towed Array Sensor System (SURTASS), a Navy acquisition Program of Record (POR) managed under Program Executive Office (PEO) SUBS. The SURTASS mission system will be procured separately as a Navy POR system to outfit the ships. This includes the Compact Low Frequency Active (CLFA) array, TL-29A twin line passive array, Integrated Common Processor (ICP), and mission handling systems. T-AGOS(X) will be built to commercial standards, ABS Class MVR, comply with SOLAS Regulations and obtain an USCG Certification. The Draft Technical Data Package (TDP) is under development based on the Government-led Contract Design. The TDP will include the Ship Specification, Contract Drawings and Guidance Drawings. �Contract Drawings may receive Approval in Principle (AIP) from ABS prior to DD&C RFP release. �Note: For planning purposes, the final TDP may not include all the drawings that are currently contained in the DRAFT TDP. Naval auxiliary acquisition programs, employing a collaborative Contractor/Government Three- Dimensional (3-D) Product Model Review Process, have demonstrated significant benefits in reducing design and construction risks. To leverage this �Best Practice,� the Auxiliary General Ocean Surveillance Ship (T-AGOS(X)) future solicitation plans to require the Contractor to create a 3-D Product Model of the ship that is compatible with and supports their design and production efforts. It is anticipated that release of the DD&C RFP will be Q4 of FY 21. Full and open competition with single award for Lead Ship DD&C anticipated in FY22. A total of seven ships is currently planned. The ships will be procured and built in the U.S. INSTRUCTIONS TO INTERESTED PARTIES All interested must submit the following: 1. Company Information Name of Company: Address: City, State, Zip: Point of Contact: Title: Email Address: Phone: CAGE Code: 2. Identify your company�s socio-economic Small Business size status under North American Industry Classification System (NAICS) Code 541330. For more information about Small Business Size Standards, please refer to the following link: https://www.sba.gov/document/support--table-size-standards __Small Business (with no socio-economic size status) __8(a) ������� __SDB������� __WOSB � __VOSB __SDVOSB __HubZone __N/A - Large Business 3. Identify if your company is interested in pursuing this opportunity as a prime and/or subcontractor. If interested in pursuing this opportunity as a subcontractor identify the nature of work anticipated. 4. Interested vendors shall submit a capability statement with specific details regarding your company�s ability and approach to meeting the requirements found in the Draft TDP and Draft Attachment J-12, 3-D Product Model Review Process. The capability statement shall be no more than five (5) pages. 5. Respondents may provide feedback on the Draft Attachment J-12, 3-D Product Model Review Process by highlighting errors, omissions and ambiguities, and provide any other comments and suggestions that may require additional information or clarification for a future Request for Proposal (RFP). Respondents should provide feedback to the Government by submitting a mark-up of the Draft Attachment J-12 utilizing the track changes and comment features in Microsoft Word. Respondents should also include company point of contact information of individuals that may be contacted for follow-up clarifications and market research purposes. 6. Respondents shall provide feedback on the Draft TDP via the attached Comment Resolution Matrix for each technical review of draft technical design products such as system schematics, contract drawings, contract guidance drawings, project peculiar documents, interface drawings, engineering calculations and excerpts of the System Specification. 7. Please submit responses to �Instructions to Interested Parties� items. The Government does not anticipate providing any formal responses to this market research or the comments/questions provided but will utilize this information to improve planning and acquisition efforts.� 8. As stated above, due to the sensitivity of the Technical Data Package (TDP), ALL PARTIES INTERESTED IN RECEIVING THE DRAFT TDP CONTROLLED FILES MUST SUBMIT A WRITTEN REQUEST.�Interested parties are required to sign a Non-Disclosure Agreement prior to receiving the TDP. All requests shall be submitted via email to Roxie Thomas, roxie.thomas@navy.mil and Kurt Boyles, kurt.boyles@navy.mil� Navy policy does not support the release of controlled files to non-U.S. contractors. Only U.S. companies may propose as prime contractors. If a non-U.S. company decides to team with a U.S. prime contractor then the U.S. prime contractor must comply with the Department of State 22CFR Parts 120-130 and submit a request for an export license. ADDITIONAL INFORMATION This RFI announcement is not a contract, a request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Please note that the Government will not reimburse participants for any expenses associated with this RFI. The Navy will not assume liability for any costs incurred, therefore, any costs incurred in response to this notice are not considered an allowable direct charge to the Government. Not responding to these events will not preclude participation in any future solicitation, if one is issued. This procurement requires the ability to safeguard classified materials during DD&C phase.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0675eb28769d48aca4a763546f7ebd2b/view)
- Record
- SN05913036-F 20210212/210210230112 (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 |