Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2021 SAM #7070
SPECIAL NOTICE

19 -- Naval Oceanographic Office (NAVOCEANO) Fleet Survey Team (FST) Workboat (WB) Sole Source Synopsis

Notice Date
4/8/2021 11:47:57 AM
 
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
N0002421R2207
 
Response Due
4/26/2021 11:00:00 AM
 
Archive Date
12/31/2021
 
Point of Contact
Heather Glovinsky, Roxie Thomas
 
E-Mail Address
heather.e.glovinsky@navy.mil, roxie.thomas@navy.mil
(heather.e.glovinsky@navy.mil, roxie.thomas@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sole Source Synopsis announcement Naval Sea Systems Command (NAVSEA) intends to award a sole source Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract to Workskiff, Inc. located in Sedro-Woolley, WA, for an estimated four (4) boats for the Naval Oceanographic Office (NAVOCEANO) Fleet Survey Team (FST) Workboat (WB) requirement. A single IDIQ contract with a year and four (4) option years will be awarded with an estimated order of two (2) FST WBs in FY22, two (2) FST WBs in FY25, with potential for an additional Foreign Military Sales (FMS) buy in FY22 NAVOCEANO FST requires WBs with integrated survey equipment certified for internal air transport by way of C-130 aircraft.� This is a unique and critical requirement for the NAVOCEANO FST, which enables unique mission capabilities throughout the world.� Currently, Workskiff Inc. is the only source of procurement for FST WBs that has completed the certification process of being transported by C-130 aircraft: Air Transport Test Loading Agency (ATTLA), Wright-Patterson Air Force Base: Evaluates all loads to be airlifted, either for transport or aerial delivery. �Key parameters are weight, envelope, center of gravity, restraint system, and air worthiness. �Primary focus is the safety of the airframe. �Designing for Internal Aerial Delivery in Fixed Wing Aircraft) MIL-STD-1791 (USAF) & Loading Environment and Related Requirements for Platform Rigged Airdrop Materiel MIL-HDBK-669 (ARMY). Air Mobility Command (AMC): Provides final approval or disapproval of payload and provides aircraft and crew for testing of the system. There are no other WBs available on the market that meet these requirements and are certified for transport by way of the C-130 aircraft.� The total length of the contract will be five (5) years. 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. The intent of this notice is not to solicit competitive offers. �. A written solicitation will not be issued.� Pursuant to 10 U.S.C. 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements.� This notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts.� This not a solicitation or a promise to issue a solicitation and this information is subject to modification and in no way binds the Government to award a contract. However, interested parties may submit a capability statement of a similar FST WB that can meet the key requirements identified above to the Contracting Officer and Contract Specialist 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. Interested party�s response to this Synopsis shall be limited to three pages and shall include the following information: Party�s name, address, point of contact, phone number, and email address. General description of the company, to include: party�s type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a)). Ability to obtain certification for transport by C-130 aircraft. Party�s capability to meet the key requirements based on a tested system. Interested parties shall respond to this Sole Source Synopsis no later than 02:00 PM (EST) 26 April 2021. �Email your response to Ms. Roxie Thomas, Contracting Officer, Email address: roxie.thomas@navy.mil. Secondary point of contact: Heather Glovinsky, Contracting Specialist, Email address: heather.e.glovinsky@navy.mil. EMAIL IS THE ONLY ALLOWABLE METHOD WHEN RESPONDING TO THIS SYNOPSIS. Regular mail, telephone, and fax are not available.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63b385b3e7684a1a810379e6587e09bd/view)
 
Record
SN05966028-F 20210410/210408230105 (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.