Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2021 SAM #7030
SOURCES SOUGHT

19 -- U.S. Navy Range Support Vessel

Notice Date
2/25/2021 9:47:59 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
N00024-21-R-2206
 
Response Due
3/25/2021 11:00:00 AM
 
Archive Date
04/09/2021
 
Point of Contact
Maureen Barlow, Peter Herrman
 
E-Mail Address
maureen.d.barlow@navy.mil, peter.herrman@navy.mil
(maureen.d.barlow@navy.mil, peter.herrman@navy.mil)
 
Description
U.S. Navy Range Support Vessel Solicitation Number: N00024-21-R-2206 Agency: Department of the Navy Office: Naval Sea Systems Command Location: NAVSEA HQ Synopsis: 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 Range Support Vessel. No specific information is required in response to this RFI; however, interested parties may respond and indicate interest as desired. The Navy plans to purchase up to four similar vessels from 2022-2026 to be delivered to Patuxent River, MD. DESCRIPTION: NAWCAD ATMO PAX River requires a vessel to support Naval Air Warfare Center Aircraft Division�s mission to provide Range clearance, as well as Research, Development, Testing and Evaluation (RDT&E) services.� In addition to Range clearance, this vessel will be tasked with carrying payloads for a variety of customers.� These payloads could consist of emitters to provide an electromagnetic threat representation, a test object, or small targets or drones.� Range clearance requires a comfortable vessel for long endurance periods (up to 16 hours), a vessel that can handle the quickly changing conditions of the Chesapeake Bay, and the ability to reach vessels quickly in order to prevent them from entering the hazard pattern. The vessels will be stationed at Patuxent River MD, and will operate primarily in the Chesapeake Bay area.� The vessel may be at times, needed in the Norfolk area of the Chesapeake Bay, nearby rivers, or near coastal areas of the Atlantic Ocean. The vessel will operate day and/or night, in all-weather and will operate in support of NAWCAD-assigned missions and project events. Ambient conditions will range from 0� to 110�F ambient air temperatures (28� to 90�F water temperatures).� The vessel delivered shall meet the attached minimum requirements. 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): Provide company contact information. Name Position/Title Email Address Telephone Number Provide cost to provide the above requirements. Note any additional costs (crane). Provide GSA schedule, if applicable.� The Navy is considering placing an order for these boats off the GSA schedule, therefore please also include: �A discussion of any Navy requirements for the Range support Vessel that may not be part of the GSA contract. �Identify any issues with issuing this contract on GSA (if none, please state �none�). Provide location of company production facilities, if applicable. Describe facility production capacity (e.g. estimate on total construction time for one Range Support Vessel). Provide any technical concerns with the production of the Range Support vessel.� If none, please state �none�. Identify alternative contracting approaches, if any, that would benefit industry. �If none, please state �none�. Provide a description of the company's relevant experience. If applicable, identify the number of vessels that were delivered, dates delivered and customer. Provide the approximate price for: Candidate vessel. Delivery to stated locations. Technical Manuals & Other Data. 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) 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.� Questions or comments regarding the intended procurement plan or the draft requirements may be directed to:� Maureen Barlow, Contracting Officer � NAVSEA 02 (maureen.d.barlow@navy.mil) and Jack Klipfel, Contracting Specialist - NAVSEA 02 (jack.klipfel@navy.mil) or Peter Herrman, Assistant Program Manager � PEO Ships/PMS 325G (peter.herrman@navy.mil). Responses are requested by 2:00 PM (EST) on March 25th 2021.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a3c9a04d233842bfb15d2d9df32a6c01/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20376, USA
Zip Code: 20376
Country: USA
 
Record
SN05927546-F 20210227/210225230110 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.