Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SPECIAL NOTICE

19 -- HSMST & HSMST-s

Notice Date
11/27/2023 5:49:19 AM
 
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
 
Solicitation Number
N00024-24-R-2202
 
Response Due
12/21/2023 1:00:00 PM
 
Archive Date
01/05/2024
 
Point of Contact
Sara Magadinec, Phone: 202-781-2344, Jessica Barton, Phone: 202-781-0828
 
E-Mail Address
sara.d.magdinec.civ@us.navy.mil, jessica.e.barton3.civ@us.navy.mil
(sara.d.magdinec.civ@us.navy.mil, jessica.e.barton3.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 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 not to be construed as a commitment by the Government for any actual procurement of materials, machinery, or services. The Naval Sea System Command (NAVSEA) is hereby issuing a RFI on behalf of the U.S. Navy and Foreign Military Sales Boats, and Craft Program Office (PMS 300), to assist in informing the procurement strategy phase to design, construct and test the commercially-available High Speed Maneuvering Surface Target (HSMST) and High Speed Maneuvering Surface Target- Streamlined Variant (HSMST-s). The RFI responses will assist NAVSEA in developing and further defining procurement and acquisition strategies. RFI responses will also serve as a means for shipyards to communicate their design and construction capabilities. Please note that only shipyards located in the U.S. will be eligible to submit a proposal should an RFP be issued for HSMST and HSMST-s. The effort is for the construction of multiple HSMST and HSMST-s targets under an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. A solicitation would include service manuals, boat trailers, spare outboard engines, and deployment spare parts. The HSMST and HSMST-s are high speed offshore surface target for use at the Navy Surface Targets Ranges to support test and evaluation, and Fleet training exercises. The contemplated IDIQ would be for 5 - 7 years, and Delivery Orders (DOs) would be issued thereunder for design, construction, and testing of HSMST and HSMST-s. The HSMST is built to commercial standards and classed to American Boat and Yacht Council (ABYC) Standards using Government specified requirements focused on capabilities to perform Navy missions, operability and maintainability. Notional dimensions of the HSMST are approximately twenty-six (26) ft three (3) inch length, six (6) ft six (6) inch beam, and nine (9) ft six (6) inch draft. Notional lightship displacement of the boat, not to include ballast systems or payload, will be approximately 4,300 pounds. The ship hull will be deep �v� ocean going heavy duty, ruggedized aluminum hull. The HSMST-s is built to commercial standards and classed to American Boat and Yacht Council (ABYC) Standards using Government specified requirements focused on capabilities to perform Navy missions, operability and maintainability. Notional dimensions of the HSMST-s are approximately twenty-four (24) ft ten (10) inch length, eight (8) ft two (2) inch beam, and two (2) ft draft. Notional lightship displacement of the boat, not to include ballast systems or payload, will be approximately 4,300 pounds. The ship hull will be deep �v� ocean going heavy duty, ruggedized aluminum hull. The Navy is requesting information from shipyards and boat builders capable of constructing the craft described above, to include: Design and engineering support, whether in-house or subcontracted; Description of construction facilities; and Relevant previous contracts demonstrating capability to construct and deliver a craft of this scope, size, and complexity. Resources/capacity available to support potential ordering starting in mid to late calendar year 2024 Initially anticipated order(s) are of the HSMST-s variant Designed and/or fielded vessels available as a basis for design. Provide company contact information and business size status. Cost data for: HSMST-s w/ Gas Engine HSMST-s w/ Diesel Engine HSMST w/ Gas Engine & Air Collar HSMST w/ Gas Engine & Foam Collar HSMST w/ Diesel Engine & Air Collar HSMST w/ Diesel Engine & Foam Collar Responses to this RFI or questions regarding this RFI should be e-mailed to Sara Magdinec, Seaborne Targets Project Manager, PEO SHIPS PMS 300T at sara.d.magdinec.civ@us.navy.mil.� Requirements matrix are available upon request. 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. 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. This RFI in no way binds the Government to offer a contract to responding companies. The information provided will assist NAVSEA in developing and further defining procurement and acquisition strategies. Defense and commercial contractors, including small businesses, HUBZone small businesses, and/or woman-owned small businesses are encouraged to participate. This RFI is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a RFP. All information shall be provided free of charge to the Government. NAVSEA may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b9f20e238a3a4a0a94e350d06b1ffbca/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06894265-F 20231129/231127230042 (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.