SOURCES SOUGHT
19 -- Request for Information (RFI) from Potential Sources for Existing OSV Sister-Ships (P-TSVRON)
- Notice Date
- 9/25/2023 1:16:19 PM
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
- ZIP Code
- 20376-5000
- Solicitation Number
- N00024-23-R-2227_2
- Response Due
- 9/27/2023 1:00:00 PM
- Archive Date
- 09/27/2024
- Point of Contact
- Edward Rogan, Phone: 2027812754, Peter Herrman, Phone: 2027810607
- E-Mail Address
-
edward.f.rogan.civ@us.navy.mil, peter.c.herrman.civ@us.navy.mil
(edward.f.rogan.civ@us.navy.mil, peter.c.herrman.civ@us.navy.mil)
- Description
- DISCLOSURE: This is a Request for Information (RFI) notice only which supersedes the previous RFI notices listed under N00024-23-R-2227 and N00024-23-R-2227_1.� This is not a request for proposal (RFP) and a formal solicitation is not available at this time. This notice does not constitute a commitment by the Government to issue an RFP, contract, or order. This RFI is for informational planning purposes and it is not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. This RFI does not commit the Government to contract for any 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 U.S.-only interested parties.� Should an RFP for acquisition of an existing Offshore Supply Vessels (OSV) vessel be issued, vessel proposals which originate outside the U.S. may be permitted as long as the prime contractor can meet all domestic United States manufacturing and solicitation requirements.� 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. PURPOSE: The Naval Sea Systems Command (NAVSEA) is hereby issuing a Request for Information (RFI) on behalf of the Combatant Craft & Boats Program Office (PMS-300) to disseminate to industry information on the anticipated acquisition and alteration (Turn-Key solution) of up to three (3) Offshore Supply Vessels (OSV) sister-ships (preferred, and as defined by American Bureau of Shipping) for the Commander, US Pacific Fleet. �An OSV, re-designated as a Pacific - Training Support Vessel, hereafter referred to as P-TSV, will support the requirement for distributed, deployable Joint Live, Virtual, Constructive (JLVC) training capability for exercises occurring throughout EASTPAC, MIDPAC and WESTPAC. The OSVs shall be altered to meet the requirements of the Draft Specifications attached. The Navy is pursuing information regarding price of available vessel inventory and alterations, per the draft specification attached, for OSVs with a nominal length overall (LOA) of 230-285 feet, an aft deck at least 110 feet by 38 feet, and draft no greater than 20 feet, with a preferred draft of 15 feet.� For purpose of this request, the Navy is only interested in vessels available for sale and alterations; information on leases, charters or other arrangements that are not a direct sale will not be considered. DESCRIPTION: The P-TSVs shall be capable of operation in open-ocean in high sea states, day or night, in all-weather in support of fleet training requirements and fleet exercise objectives. �The vessels could be operated up to 30 days continuously and up to 250 days per year at sea with ambient conditions ranging from 20� to 125�F ambient air temperatures (28� to 95�F water temperatures). Desired operational requirements and characteristics are provided below. CAPABILITIES: The vessels shall meet the minimum requirements detailed in Table 1, which is included within the PDF document entitled �TSV Requirements� and can be found under the Attachment/Links section of this sources sought. ACQUISITION OVERVIEW: The P-TSV Project encompasses efforts to solicit a contract for the purchase and alteration of up to three (3) existing OSV sister-ships (preferred) that will be altered by the contractor to meet the requirements of the (DRAFT) specification attached. The contractor shall provide suitable vessels which meets the general principal characteristics and performance requirements of the �Pre-Alteration� section of the (DRAFT) specification. The contractor shall then perform the alterations required to meet the �Post-Alteration� section of the (DRAFT) specification. �Delivery will be to San Diego, CA, and/or Pearl Harbor, HI. The US Navy will take ownership of the vessel and operate it as a Government-owned, Public Vessel. The Government may issue the RFP with a price cap for each vessel and associated alterations and delivery. The anticipated price cap may be $25M-30M. It is envisioned that existing vessels offered may be in layup. �Please state the vessel status (operational, cold-stacked, warm-stacked, etc.), and provide best information possible on status of ABS/Load Line/other certs, as well as last overhaul and general condition of the vessel. SCHEDULE: The notional schedule provided herein is for planning purposes only. The Government is not obligated to pursue on this schedule nor to offer a future solicitation associated with this RFI. For the purpose of responding to this request, it should be assumed that an RFP would be issued in Fiscal Year 2024 and a contract for one P-TSV awarded in late Fiscal Year 2024, with (2) option P-TSVs to award in early Fiscal Year 2025. INFORMATION SOUGHT: Interested parties are free to submit any information which may assist the Navy in its market research. There is no page requirement/limit and a detailed proposal is not requested.� Submission in PDF format is desired.� Drawings sized to 8.5�x11� or 11�x17�.� All other documentation sized to 8.5�x11�. At a minimum, please provide the following technical data. The following information is requested (Please use as a checklist): Provide data and/or information on any vessels meeting the key requirements as identified in Table 1.� If the proposed vessels do not meet an attribute or requirement then provide information on alterations required to address the requirement shortfall in the column provided. If available, please include general arrangement drawings and photographs. Feedback on the draft specification and associated alterations is desired. If there are alterations in the specification that will be very difficult and/or expensive to complete, please provide comments/explanation. Provide a description of the company's relevant experience. Provide location of the company and vessel. Provide company contact information. Provide an estimated purchase price and estimated cost of alterations and delivery. NOTE: The government may issue an RFP with a �Price Cap� of $25M-30M per vessel, including alterations and delivery. Provide the size of the company as small or large. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 336611, Ship Building and Repair.� Small Business Size Standard for this acquisition is 1000 Employees.� If your company is a small business please note whether you are HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Women Owned Business. Respondent shall identify if they possess shipyard capabilities. Note: As a reminder, interested parties do not have to meet all requirements listed in this RFI to submit a response.� All responses received will be reviewed by the Government. Submissions should be emailed to Mr. Peter Herrman, PMS300, at peter.c.herrman.civ@us.navy.mil, Mr. Edward Rogan, SEA02224, at edward.f.rogan.civ@us.navy.mil, and Ms. Destiney Cooper, SEA 02224C at destiney.r.cooper.civ@us.navy.mil. The response file shall be in PDF format, with file name including the Request for Information Number N00024-23-R-2227_2 and your company name. Responses are requested by September 25, 2023. Questions concerning this announcement may be submitted via email to Mr. Peter Herrman (peter.c.herrman.civ@us.navy.mil), Mr. Edward Rogan (edward.f.rogan.civ@us.navy.mil), and Ms. Destiney Cooper (destiney.r.cooper.civ@us.navy.mil). NO QUESTIONS VIA TELEPHONE WILL BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/767587b03aa246839c6234b594968604/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06844419-F 20230927/230925231121 (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 |