Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOURCES SOUGHT

19 -- Medium Unmanned Surface Vehicle (MUSV) Sources Sought/Request for Information

Notice Date
6/17/2024 10:52:10 AM
 
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
N00024-24-6340-2
 
Response Due
6/28/2024 11:00:00 AM
 
Archive Date
07/13/2024
 
Point of Contact
Cassandra Brese, Ramin Movahed
 
E-Mail Address
cassandra.j.brese.civ@us.navy.mil, ramin.s.movahed.civ@us.navy.mil
(cassandra.j.brese.civ@us.navy.mil, ramin.s.movahed.civ@us.navy.mil)
 
Description
NOTE: This Sources Sought/Request for Information is also posted under NAICS Codes (334511 and 541330) in order to reach all interested parties.� Only one response is necessary for this announcement.� This notice is for market research purposes only and does NOT constitute a request for proposal.� This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government.� The Government is NOT seeking or accepting unsolicited proposals.� This Sources Sought/Request for Information (RFI) notice is issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), Program Executive Office (PEO) Unmanned and Small Combatants (USC), Unmanned Maritime Systems Program Office (PMS 406).� The Navy is conducting market research in accordance with FAR Part 10 to determine if resources/sources exist that can satisfy the Navy�s assessment of deploying a number Medium Unmanned Surface Vehicles (MUSVs) in a given timeframe.�� For the purposes of this RFI, PMS 406 is interested in vessels less than 200 feet in length and under 500 tons displacement that can meet the payload details specified in Government Furnished Information to be provided by separate correspondence��.� PMS 406 is contemplating an accelerated approach with industry to leverage existing, manned or unmanned surface ship designs that can be modified to enable rapid delivery of an unmanned or optionally unmanned surface ship capability. In accordance with 10 U.S.C. Section 7309, neither the vessel nor any major component of its hull or superstructure may be constructed in a foreign shipyard. For this RFI, an accelerated schedule requires using an existing proven design with only minor modifications, or even converting existing U.S.-built vessels.� For the purposes of this RFI, a clean-sheet design is not an option.� Navy seeks delivery of the first vessel within 12 months after contract award to allow for Test and Evaluation, and delivery of all remaining vessels by 24 months after contract award. A maximum procurement of 7 MUSVs is contemplated for this RFI.� A single vendor could provide between 1 and 7 vessels. The objective of this RFI is to assess industry�s ability to provide a materiel solution within an accelerated timeframe at an affordable cost.� The Navy is seeking information to help determine the interest, technical and manufacturing capabilities, technical quality of solutions, knowledge, experience level, and qualifications of industry to meet the Government�s needs to build or convert up to seven MUSVs.� Additionally, the Navy is interested in technical, administrative, and business risks in pursuit of the desired solution. �Respondents should identify their materiel solutions, as well as the time and cost drivers, for providing the desired solutions. �Solutions that only cover a portion of the desired end product are welcome. �Specific questions are included in the GFI package required to answer this RFI.� You do not need to answer every question, but please indicate by number the questions to which your responses apply.� � ANSWERING THIS NOTICE: Parties interested in providing a response to this notice shall contact the POCs listed herein to request delivery of the Terms of Use (TOU) Agreement. A signed TOU must be returned to the POCs listed herein in order to receive the associated Government Furnished Information (GFI) via DOD Secure Access File Exchange (SAFE). Interested vendors shall respond describing their capability of satisfying the above leveraging existing designs that could be modified to a reasonable extent to meet the above requirements.� The response shall identify how its surface vessel design can meet the requirements provided in the GFI package.� Respondents should provide a company profile to include, at a minimum, the following: Business name UEI number Business address Business website Business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB) Number of employees Employee classification level Facility classification level CPARS past performance (contracts within the last three (3) years with similar scope) Point of contact name Mailing address (if different from business address) Phone number Email address The desired format for submissions is white paper or similar narrative (contractor�s format).� The response should be in 12-point font with no less than 1-inch margins.� Submissions shall be in Microsoft Word or searchable Adobe Acrobat Portable Document Format (PDF).� �Proprietary information, if any, must be clearly marked. To aid the Government in its review and evaluation, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned.� Respondents shall mark any data included in its submissions that they do not want disclosed to the public for any purpose. Email Response Instructions: Email Subject: Responses can be e-mailed to the primary or secondary points of contact listed below.� NO CLASSIFIED MATERIAL SHALL BE SUBMITTED UNDER ANY CIRCUMSTANCE.� DISCLAIMER AND IMPORTANT NOTES: Respondents are advised that non-government personnel may assist the Government in its review of responses received under this notice. �The role of these non-government personnel is to function as technical advisors to the Government reviewers. These non-government personnel will have access to the information submitted in response to the RFI and will provide technical expertise and/or advice as required.� All non-government personnel have Non-Disclosure Agreements on file with the Government.� If a respondent does not consent to the use of non-government personnel, the respondents shall provide notification on the cover page. Unless otherwise stated by the respondent, a submission received to this notice constitutes consent that the non-government personnel are permitted access to all information provided in the respondent's submission.� Reviewers will sign company-specific Non-Disclosure Agreements (NDAs) upon request.� This is an RFI notice only. This notice is not an RFP and is not to be construed as a commitment by the Government to issue a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Neither unsolicited proposals nor any other kind of offers will be considered in response to this notice. Respondents are wholly responsible for any costs or expenses associated with submitting a response. No reimbursement will be made for any costs associated with providing information in response to this notice or any further RFI(s) relating to a response. Respondents will not be notified of the results of this notice. The information obtained from submitted responses may be used in the development of an acquisition strategy. Only one response is necessary for this announcement. The Government will not be obligated to pursue any acquisition alternative because of this RFI. Responses to the RFI will not be returned. Failure to respond to this RFI does not preclude participation in any future RFP(s), if any are issued.� Contracting Office Address: SEA 02 1333 Isaac Hull Avenue SE Washington Navy Yard, District of Columbia 20376 United States Primary Point of Contact: Cassie Brese Cassandra.J.Brese.civ@us.navy.mil Secondary Point of Contact: Ramin Movahed Ramin.S.Movahed.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0eda81a2ce8d48b8a18df937724825bd/view)
 
Place of Performance
Address: Washington Navy Yard, DC, USA
Country: USA
 
Record
SN07100124-F 20240619/240617230121 (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.