SOURCES SOUGHT
19 -- U.S Navy Oil Spill Response Utility Boat & Boom Platform
- Notice Date
- 8/17/2022 8:44:07 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
- N00024-22-R-2260
- Response Due
- 9/19/2022 11:00:00 AM
- Point of Contact
- Edward Rogan, Phone: (202) 781-2754, Nicholas Boyles, Phone: 2027812029
- E-Mail Address
-
edward.f.rogan.civ@us.navy.mil, nicholas.w.boyles@navy.mil
(edward.f.rogan.civ@us.navy.mil, nicholas.w.boyles@navy.mil)
- Description
- DISCLOSURE: This is a Request for Information (RFI) notice only. This RFI supersedes the RFI posted by the Government on 29 January 2020 (Notice ID N00024-20-R-2265).� 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. No specific information is required in response to this RFI; however, interested parties may respond and indicate interest as desired. PURPOSE: The Naval Sea System Command (NAVSEA) is hereby issuing an RFI on behalf of the Support Ships, Boats, and Craft Program Office (PMS 300), to get industries� input if the Navy were to consolidate Oil Spill Response (OSR) Utility Boat (UB) & Boom Platform (BP) requirements into one single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The Navy plans to award a 6-year IDIQ contract in FY23 for an estimated 154 boats, to be delivered to Navy stock points in San Diego, CA, and Williamsburg, VA. 112 OSR UB�s 42 OSR BP�s 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. Release final RFP 1st QTR FY23. DESCRIPTION: Typical OSR mission requires BP�s and UB�s to sprint to the oil spill location ahead of the Oil Pollution (OP) Rapid Response Skimmer (RRS).� Primary mission of BP is to transport boom sections to the oil spill location.� Primary mission of the UB is to payout/deploy the 24� response boom from the BP and to tend the boom while the RRS recovers the oil.� OSR UB & BP Key Characteristics: Aluminum boats UB - approximately 27 ft. in hull length, 8.6 ft. maximum beam. BP - approximately 30ft. in hull length, 10 ft. maximum beam. BP � Crew of three with up to six (6) additional personnel UB - Crew of two with up to five (5) additional personnel 3-sided wheelhouse w/ console Gasoline powered outboard engines UB � Twin 115HP engines BP � Twin 150HP engines Heavy duty fendering Integral hoist and tow fittings 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 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. Please state capability to build both variants (UB & BP) or if capability is limited to only one variant. Provide a list of concerns, if any, if the Navy were to award one contract for the OSR UB & BP.� If none, please state �none�. Provide a list of negative impacts, if any, if the Navy were to award one contract for the OSR UB& BP. �If none, please state �none�. Provide a list a positive impacts, if any, if the Navy were to award one contract for the OSR UB & BP. �If none, please state �none�. Identify alternative contracting approaches, if any, which would benefit industry. �If none, please state �none�. Provide any technical concerns of the configuration of OSR UB & BP boats. �If none, please state �none�. Provide a description of the company�s relevant experience. If applicable, identify the number of delivered vessels, dates delivered, and customer. Describe facility production capacity (e.g. estimate on total construction time for each OSR UB and/or BP; and how many OSR UB & BP boats can be built per year). 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. 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: Eddie Rogan, Contracting Officer � NAVSEA 02(edward.f.rogan.civ@us.navy.mil),� Nick Boyles, Contracting Specialist � NAVSEA 02 (nicholas.w.boyles.civ@us.navy.mil) or Matt Warncke, Assistant Program Manager � PEO Ships/PMS 300G (matthew.j.warncke.civ@us.navy.mil). Responses shall be submitted to Mr. Eddie Rogan (edward.f.rogan.civ@us.navy.mil) and Mr. Nick Boyles (nicholas.w.boyles.civ@us.navy.mil) by 2:00 PM (EST) on Monday, Sep 19, 2022.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8d1a1250f4374660afdece549646ad7b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06431571-F 20220819/220817230134 (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 |